0% found this document useful (0 votes)
82 views117 pages

Nit RFP Fms 14022017

The Unique Identification Authority of India (UIDAI) is inviting online bids from eligible bidders for Facility Management Services at its Hebbal Data Centre Complex in Bengaluru, Karnataka. Interested bidders must register on the Central Public Procurement Portal (CPPP) to submit their bids electronically along with a bid security of Rs. 4,00,000 and a bid document fee of Rs. 250 by March 8, 2017. The technical bids will be opened on March 9, 2017. UIDAI reserves the right to accept or reject any or all bids without assigning any reason.

Uploaded by

Bidhan Barai
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
82 views117 pages

Nit RFP Fms 14022017

The Unique Identification Authority of India (UIDAI) is inviting online bids from eligible bidders for Facility Management Services at its Hebbal Data Centre Complex in Bengaluru, Karnataka. Interested bidders must register on the Central Public Procurement Portal (CPPP) to submit their bids electronically along with a bid security of Rs. 4,00,000 and a bid document fee of Rs. 250 by March 8, 2017. The technical bids will be opened on March 9, 2017. UIDAI reserves the right to accept or reject any or all bids without assigning any reason.

Uploaded by

Bidhan Barai
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 117

GOVERNMENT OF INDIA

UNIQUE IDENTIFICATION AUTHORITY OF INDIA

Aadhaar Complex, NTI Layout,

Tata Nagar, Kodigehalli, Bangalore-560092.

03.02.2017

RFP No. TC/UIDAI/ADMIN/FMS/2016

NOTICE INVITING TENDER

Unique Identification Authority of India (UIDAI), Technology Centre, (Hebbal Data Centre Complex)
Bengaluru, invites online bids from eligible bidders for “Facility Management Services”.

The RFP documents may be downloaded from UIDAI Website: https://uidai.gov.in/uid-tender


(for reference only) and CPPP site https://eprocure.gov.in/eprocure/app.

I. Earnest Money Deposit to be submitted 4,00,000/-

II. Bid Document Fee to be submitted 250/-

III. Published date 03.02.2017

IV. Pre-Bid Meeting 13.02.2017 1500 Hrs

V. Submission of Clarification, if any 15.02.2017

VI. Clarification/corrigendum to be 20.02.2017


uploaded in portal

VII. Bid Submission Start Date 21.02.2017

VIII. Bid Submission End Date 08.03.2017

IX. Bid Opening Date 09.03.2017

X. Financial Bid Opening Date At a later date

1 | Page
2. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Bidders
are advised to follow the instructions provided in the ‘Instructions to the Bidders for the e-submission
of the bids online through the Central Public Procurement Portal for e Procurement at
https://eprocure.gov.in/eprocure/app. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.

3. Not more than one bid shall be submitted by one bidder. Under no circumstance will father and his
son(s) or other close relations who have business relationship with one another (i.e. when one or more
partner(s)/director(s) are common) be allowed to bid for the same contract as separate competitors. A
breach of this condition will render the bids of both parties liable to rejection.

4. Bidder who has downloaded the RFP form the UIDAI website http://uidai.gov.in/uid-tender and
central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app, shall not
tamper/modify the RFP form including downloaded price bid template in any manner. In case if the
same is found to be tempered/modified in any manner, Bid will be completely rejected and EMD
would be forfeited and bidder is liable to be banned from doing business with UIDAI.

5. Based on queries received form prospective bidders, if required, UIDAI may amend the RFP/issue
corrigendum. Bidders are advised to to visit again UIDAI website https://uidai.gov.in/uid-tender and
CPPP website https://eprocure.gov.in/eprocure/app at least 3 days prior to closing date of submission
of RFP for any corrigendum/addendum/amendment.

6. The Hard copy of original instruments in respect of cost of RFP document fee and earnest money
shall be submitted on or before the last date of submission of the bid as mentioned in

Clause 1.2 of Section 1 of RFP.

Assistant Director General (Admn TC),

UIDAI, Bangalore.

2 | Page
GOVERNMENT OF INDIA,
MINISTRY OF ELECTRONICS & INFORMATION TECHNOLOGY (MEITY),
UNIQUE IDENTIFICATION AUTHORITY OF INDIA,
TECHNOLOGY CENTRE, BENGALURU

BID DOCUMENT
FOR
Facility Management Services

at

Hebbal Data Centre Complex, Bengaluru

3 | Page
Table of Contents

1 SECTION I – Invitation to Bid


1.1 Preamble
1.2 Schedule for Invitation to Bid
1.2.1 Important Dates
1.3 Check list
1.3.1 Check List of Eligibility Criteria documents/supporting documents to be uploaded in the Technical
Bid
1.3.2 Check List of Annexe / Appendix to be uploaded in Technical Bid
1.3.3 Check List of Annexe / Appendix to be uploaded in the Commercial Bid
1.4 Procedure for Submission of Online Bids on CPP Portal
1.4.1 Registration
1.4.2 Searching for tender documents
1.4.3 Preparation of bids
1.4.4 Submission of bids
1.4.5 Assistance to bidders

4 | Page
1 SECTION I – Invitation to Bid

1.1 Preamble
This invitation to bid is for “Facility Management Services” in the Data Center complex of Unique
Identification Authority of India in Hebbal, Bengaluru(Karnataka) .

a) Bidders are advised to study the Bid document carefully. Online submission of bids shall
be deemed to have been done after careful study and examination of the bid document with full
understanding of its implications. Offers prepared in accordance with the procedures
enumerated in Clause 1 of Section II should be submitted online only CPPP website:
https://eprocure.gov.in/eprocure/app not later than the date and time laid down and at the
address given in the Schedule for Invitation to Bid under Clause 1.2.1.Tenderer/Contractors are
advised to follow the instructions provided in the ‘Instructions to the Contractors/Tenderer for
the e-submission of the bids online through the Central Public Procurement Portal for e
Procurement at https://eprocure.gov.in/eprocure/app’. Bid documents may be scanned with
100 dpi with black and white option which helps in reducing size of the scanned document.

Manual bids shall not be accepted.

b) Bidder who has downloaded the bid document from the UIDAI website
www.uidai.gov.in and Central Public Procurement Portal (CPPP) website
https://eprocure.gov.in/eprocure/app, shall not tamper/modify the tender form including
downloaded price bid template in any manner. In case if the same is found to be
tempered/modified in any manner, tender will be completely rejected and EMD would be
forfeited and bidder is liable to be banned from doing further business with UIDAI.

c) Intending bidders are advised to visit again UIDAI website www.uidai.gov.in and CPPP
website https://eprocure.gov.in/eprocure/app at least 3 days prior to closing date of submission
of tender for any corrigendum / addendum/ amendment.

d) The Hard Copy of original instruments in respect of cost of tender document, earnest
money(EMD), original copy of affidavits, and credit facility certificate must be delivered to the
address as mentioned in the Clause 1.2, Section - I on or before bid opening date/time as
mentioned in Important Dates section. The Bidder is required to pay Rs.250/- (Rupees Two
Hundred Fifty Only) towards Bid Document Fee (except those bidders who are registered with
the Central Purchase Organisation, National Small Industries Corporation (NSIC) or with the
Ministry of Electronics and Information Technology (MeitY), at the time of submission of Bids,
in the form of a Bank Demand Draft failing which the Bids submitted by the Bidder shall not be
entertained and shall be summarily rejected. The Bank Demand Draft should be drawn on a

5 | Page
Scheduled Bank in favor of “CDDO, RO, UIDAI” and payable at Bengaluru. The Bid Document
Fee is non-refundable. Tenderer/bidder shall likely to be liable for legal action for non-
submission of original payment instrument like DD etc., against the submitted bid. The Demand
Draft attached/submitted as tender fee shall be non-refundable.

e) All Bidders must be submit an EMD (Earnest Money Deposit) / Bid Security of Rs.
4,00,000/- (Rupees Four Lakh only) in the form of Bank Demand Draft or proforma of EMD
Bank Guarantee as mentioned in Appendix D of section VI or demand draft to be drawn on a
Scheduled Bank in favor of “CDDO, RO, UIDAI” and payable at Bengaluru ,except those bidders
who are registered with the Central Purchase Organisation, National Small Industries
Corporation (NSIC) or with the Ministry of Electronics and Information Technology (MeitY).

f) The detailed Scope of Work has been included in the RFP for selection of Bidder for
“Facility Management Services”. The eligibility criteria for the bidders should be fulfilled for
consideration of the bid.

g) The tender fee is non-refundable. The RFP will be available on all working days during
office hours till the last date & time of submission of bids.

h) Bids shall be submitted online only at CPPP website:


https://eprocure.gov.in/eprocure/app.

i) This RFP is being issued with no financial commitment and the Buyer reserves the right to
change or vary any part thereof at any stage. UIDAI reserves the right to withdraw RFP at any stage
without assigning any reason

Note: The Purchaser shall not be responsible for non-receipt / non-delivery of the Bid documents
due to any reason whatsoever.

6 | Page
1.2 Schedule for Invitation to Bid
a) Name of the Purchaser The Deputy Director General( Tech Centre) ,
Unique Identification Authority of India, Aadhaar
Complex, NTI Layout,Tata Nagar, Kodigehalli,
Bangalore-560092.

b) Address at which EMD The Deputy Director General( Tech Centre) ,


and cost of tender Unique Identification Authority of India, Aadhaar
document is to be Complex, NTI Layout,Tata Nagar, Kodigehalli,
submitted Bangalore-560092.

c) Closing Time and Date On or before 1500 hours of 08.03. 2017


for receipt of bids
d) Name of the Contact Section Officer (Admin),
Person for any Unique Identification Authority of India (UIDAI),
clarification DeitY, Govt. of India (GoI),
Aadhaar Complex, NTI Layout, Tata Nagar,
Bengaluru - 560092
Queries should be submitted via E-mail and by
paper copy through post
E-mail : [email protected]

e) Date till which the 180 days from the date of opening of Bids.
response to the bid
should be valid

1.2.1 Important Dates

The following table provides information regarding the important dates of the Bid process for
this Bid:

Activity Date
Release / Issue of Bid Document 03.02.2017
Pre-Bid Meeting (Venue:- Tech Centre, UIDAI,NTI 13.02.2017 at 1500 Hrs
layout, Tata Nagar, Kodigehalli, Bengaluru -560092 )
Last date for submission of written queries for 15.02.2017
clarifications on Bid document
Clarification to be uploaded on the CPPP Portal 20.02.2017
Last date & time of submission of Bids 08.03.2017 , 1500 Hrs
Opening of Technical Bids 09.03.2017, 1500 Hrs
Opening of Commercial Bids At a later date

7 | Page
Note: The Purchaser shall not be responsible for non-receipt / non-delivery or late receipt of the Bid
documents due to any reason whatsoever.

1.3 Check list


a) Please check whether following have been enclosed in the respective covers, namely,
Technical Bid and Commercial Bid:
b) Check list (as in Table-1 and Table-2 below) should be duly filled, signed and scanned and
should be made part of Packet – 1 to be uploaded as part of Technical Bid. The Annexures
supporting the above list shall be placed in the Packet-1.
c) Check-list (as in Table-3 below) should be duly filled, signed and scanned and should be made
part of the Packet-2 to be uploaded as part of Commercial Bid. The Annexures supporting the
above list shall be placed in the Packet-2.

Table - 1

1.3.1 Check List of Eligibility Criteria documents/supporting documents to be uploaded in the


Technical Bid
S. No. Eligibility Criteria Whether
Uploaded(Y/N)
(i) Signed and scanned copy of Bid Document Fee
Demand Draft (of original) in case RFP document is
downloaded, else copy of document purchase
receipt from UIDAI. (To be enclosed along with the
technical bid).
(ii) Signed and scanned copy of (EMD) Bid Security (in
original) to be enclosed along with the technical
bid.
(iii) The bidder should be a registered company or
partnership firm or sole proprietorship.

In case of partnership firms/Sole proprietorship, a


scanned copy of the partnership or sole
proprietorship agreement, else general power of
Attorney (GPA) duly attested by a Notary Public
furnished on stamped paper duly signed or
affirmed by all the partners admitting execution of
the partnership agreement or in case of
proprietorship GPA duly affirmed by proprietor .

In case of registered company, scanned self attested


copy of the certificate of registration of firm should also
be enclosed along with the technical bid.
(iv) The bidder should not have been blacklisted /
under a declaration of ineligibility for corrupt and

8 | Page
fraudulent practices with any of the departments
of the Central, State Governments and PSUs. The
scanned copy of the undertaking from bidder in
this regard to be submitted.
(v) The Bidder should have office in Bengaluru. Self
attested copy of the proof to be enclosed along
with the tender.
(vi) Bidder should have a valid Sales Tax Number/ VAT
Number, Service Tax Registration, PAN/TAN
Number and PF code. Self attested copy to be
enclosed along with the technical bid.
(vii) The bidding Company / Firm / Agency must have a
minimum annual average turnover of Rs.
1,50,00,000 (Rupees One Crore Fifty lakh) per year
during the last three financial year till year ended
on 31.03.2016. Self attested copy of proof to be
enclosed along with the technical bid.
(viii) Bidding Company/Firm/Agency should be
registered with Employees Provident Fund
organization (EPFO), Employees State Insurance
Corporation (ESIC) under the respective Acts/laws
and Labor Commissioner under Contract Labor Act,
1972. Self attested copy of proof to be enclosed
along with the technical bid.
(ix) The bidder must have completed/executed at
least Three (3) works of the value of at least Rs.
30,00,000/- (Rs Thirty Lakh only)
From Facility Management (Technical) services in
the last 3 financial years. Signed and scanned copy
of following shall be uploaded
i. Copy of each such purchase order clearly
indicating the value of the Order.

ii. A certificate in original from the Statutory


Auditor/ Chartered Accountant / Company
Secretary/ Director of the bidder’s company
indicating and certifying the value of the
components relating to Facility Management
services work.

iii. A copy of completion certificate from


respective customers indicating satisfactory
execution of such order/contract /payment
milestones of customer.

9 | Page
(x) The bidding agency/firm should have a minimum of
75 employees on their roll. Supporting proof
thereof should be attached with the Technical Bid
(xi) Income Tax Payment Certificate for last three years
as on 31.03.2016. Self-attested copy of proof to be
enclosed along with the technical bid
(xii) Service Provider Company / Firm/ Agency should
have at least five years’ experience in providing
Facility Management services to reputed Private
and/or Public sector
companies/banks/Government .Details need to be
provided as per Annexe 4.1.5 of Section IV
Departments etc.
(xiii) Compliance to clause 2.10 of Section II and
submission of requisite documents

Table - 2

1.3.2 Check List of Annexe / Appendix to be uploaded in Technical Bid


S. Whether
No. Description uploaded
(Y/N)
(i) Signed and Scanned copy of Technical Bid under section 4.1
(ii) Signed and Scanned Copy of Bid Particular under Technical Bid
(Annexe 4.1.1)
(iii) Signed and Scanned Copy of Technical Bid Letter (Annexe 4.1.2)
(iv) Signed and Scanned Copy of Requirement for Facility
Management Service (Annexe 4.1.3)
(v) Signed and Scanned Copy of Details of the past contracts
(Annexe 4.1.4)
(vi) Signed and Scanned Copy of Project and Manpower Details
(Annexe 4.1.5)

Table – 3

1.3.3 Check List of Annexe / Appendix to be uploaded in the Commercial Bid


S. Description Whether
No. Uploaded(Y/N
)
(i) Signed and Scanned Copy of Bid Particulars under commercial
Bid (Annexe 4.2.1)
(ii) Signed and Scanned Copy of Details of consolidated Cost for
providing Facility Management services (Annexe 4.2.2 ) and
Annexe 4.2.3
(iii) Signed and scanned copy of cost Of Facility Management

10 | Page
Services Per Month (to be downloaded online In The Form Of
BoQ_ FACILITY MANAGEMENT_HDC.Xls) (Annexe 4.2.3) and
uploading the soft copy
(iv) Cost Of Manpower For Facility Management Services Per Month
(Annexe 4.2.4)

1.4 Procedure for Submission of Online Bids on CPP Portal


The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app

1.4.1 Registration
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.

1.4.2 Searching for tender documents


1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as Organization Name, Form of
Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP
Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail
in case there is any corrigendum issued to the tender document.

11 | Page
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.

1.4.3 Preparation of bids


1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers in
which the bid documents have to be submitted, the number of documents - including the
names and content of each of the document that need to be submitted. Any deviations from
these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats.
Bid documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to
them to upload such documents. These documents may be directly submitted from the “My
Space” area while submitting a bid, and need not be uploaded again and again. This will lead to
a reduction in the time required for bid submission process.

1.4.4 Submission of bids


1) Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable
and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the concerned official so as to reach,
latest by the last date and time of bid submission or as specified in the tender documents. The
details of the DD/any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time. Otherwise the
uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a standard
BoQ format with the tender document, then the same is to be downloaded and to be filled by
all the bidders. Bidders are required to download the BoQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other details (such as

12 | Page
name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BoQ file is
found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the authorized
bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in
the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant
details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

1.4.5 Assistance to bidders


1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk
is 1800 3070 2232. Bidders can get help at +91-7878007972, +91-7878007973

13 | Page
Table of Contents
2 SECTION II- Instruction to Bidders
2.1 Procedure for Online Submission of Bids
2.2 Cost of Bid Document
2.3 Contents of the Bid Document
2.4 Clarification of Bid Document
2.5 Amendment to the Bid Document
2.6 Language of Bids
2.7 Bid Prices
2.8 Firm Prices
2.9 Discount
2.10 Bidder Qualification
2.11 Bid Security
2.12 Period of Validity of Bids
2.13 Headings
2.14 UIDAI's Right to Vary Scope of Contract at the time of Award
2.15 UIDAI's Right to Accept Any Bid or Reject
2.16 Conditions for Pre-Qualification of Bidders
2.17 Late Bids
2.18 Modification and Withdrawal of Bids
2.19 Clarification
2.20 Preliminary Examination
2.21 Contacting the UIDAI
2.22 Post Qualification
2.23 Criteria for Evaluation of Bids
2.24 Notification of Award
2.25 Signing of Contract
2.26 Performance Security

14 | Page
2 SECTION II- Instruction to Bidders
2.1 Procedure for Online Submission of Bids
The tender shall be submitted Online (complete in all respect) must be uploaded on
https://eprocure.gov.in/eprocure/app in two packets i.e. Two Bid system (Technical Bid and
Commercial Bid), and bidder must follow the procedure as detailed in the Clause 1.4 of Section I.

2.1.1 The bid shall be submitted online in –


Packet-1 having viz.,
1. Tender Fee + EMD(copy)+ all documents as per check list in Table-1 and Table-2

Packet-2 having viz.,


1. Financial Bid Submission (All the required supporting as well as Annexure as mentioned in
Table – 3 in CHECK LIST section)
2. Duly Filled up schedule of price bid in the form of BOQ_ FACILITY_MANAGEMENT_HDC.xls

2.1.2 All the pages of bid being submitted must be signed and sequentially numbered by the bidder
irrespective of nature of content of the documents before uploading. All the files mentioned
below should be in .PDF format except for the BoQ which should be .xls format.

2.1.3 The offers submitted by Telegram/Fax/email shall not be considered. No correspondence will
be entertained in this matter.

2.1.4 Original Instruments for EMD (as per Bank Guarantee Format in Appendix B) and Demand Draft
for Tender Fee must be submitted on or before the last date of submission of Bids to the
address, date and time as mentioned in the Clause 1.2 of Section I. These instruments can also
be sent by registered post or can be dropped in the drop box on or before the last date of
submission of Bids.

2.2 Cost of Bid Document


1 The Bidder is required to pay fee of Rs.250/- (Rupees Two Hundred Fifty) for purchase of Bid
Document, in the form of a Bank Demand Draft. The Bank Demand Draft should be drawn on a
Scheduled Bank in favor of “CDDA, RO, UIDAI” payable at Bengaluru except those bidders who
are registered with the Central Purchase Organisation, National Small Industries Corporation
(NSIC) or with the Ministry of Electronics and Information Technology (MeitY). The Bid
Document Fee is non-refundable.

2 The Bidder shall bear all costs associated with the preparation and submission of its bids,
including cost of presentation for the purposes of clarification of the bids, if so desired by the

15 | Page
UIDAI. The UIDAI will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the Bidding process.

3 The Financial Proposal/Commercial bid format as mentioned in Annexe 4.2.3 of Section IV is


also provided as BOQ_ FACILITY_MANAGEMENT_HDC.xls along with this tender document at
https://eprocure.gov.in/eprocure/app. Bidders are advised to download this
BoQ_FACILITY_MANAGEMENT_HDC.xls as it is and quote their offer/rates in the permitted column and
upload the same in the commercial bid. Bidder shall not tamper/modify downloaded price bid
template in any manner. In case if the same is found to be tampered /modified in any manner, tender
will be completely rejected and EMD would be forfeited and tenderer is liable to be banned from doing
business with UIDAI.

2.3 Contents of the Bid Document


1 The Schedule of Requirements of the Goods/Services required, Bid procedures and contract
terms are prescribed in the Bid Document. The Bid Document includes:
a) Section I – Invitation to Bid
b) Section II – Instructions to Bidders;
c) Section III- General Conditions of Contract;
d) Section IV – Contents of the Bid
i. Technical Bid
ii. Commercial Bid
e) Section V- Scope of Work and Schedule of Requirements
f) Section VI- Appendices
i. Contract Form (Appendix A)
ii. Proforma of Bank Guarantee for Contract Performance Security (Appendix B)
iii. Locations of UIDAI (Appendix C)
iv. Proforma for Bid Security Form (EMD) (Appendix D)
v. Undertaking (Appendix E)
vi. Detailed Scope of Work ( Annexure 1)
vii. Details of Equipments, Machineries, fittings, fixtures, Finishes (Annexure 2)
viii. Details of Furnitures ( Annexure 3)

2 The Bidder is expected to examine complete bid document including all instructions, forms,
general terms & conditions, and Schedule of requirements in the Bid Document. Failure to
furnish all information required by the Bid Document or submission of a bid not substantially
responsive to the Bid Document in every respect will be at the Bidder’s risk and may result in the
rejection of the Bid.

3 The RFP, all the corrigendum, Notification of Award/Letter of Intent, Acceptance of award by
successful bidder and any other communication issued from publication of RFP and before
signing of agreement will be deemed as part of contract agreement

16 | Page
2.4 Clarification of Bid Document
1 A prospective Bidder requiring any clarification of the Bid Document may notify the UIDAI in
writing at the UIDAI’s mail address indicated in Clause 1.2(d) of Section I. The queries must be
submitted in Microsoft Excel (Hard copy and Soft copy) format as follows:
Name of Bidder:

Sr. Section No. Clause Page number in Existing Clarification


No No. Section Provision in the Sought
Clause

2 The UIDAI will respond, to request for clarifications of the Bid Document as per format specified
in clause 2.4(1) only, received not later than the date prescribed by the UIDAI in Section I, Clause
1.2.1 of this Bid document.

2.5 Amendment to the Bid Document


1 At any time prior to the last time and date for receipt of bids, the UIDAI, may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the Bid Document by an amendment.
2 The amendment will be notified by UIDAI and will be binding on all bidders.
3 In order to provide prospective Bidders reasonable time in which to take the amendment into
account in preparing their bids, the UIDAI may, at its discretion, extend the last date for the
receipt of Bids.

2.6 Language of Bids


The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged
by the Bidder and the UIDAI, shall be written in the English language, provided that any printed
literature furnished by the Bidder may be written in another language so long as the same is
accompanied by an English translation in which case, for purposes of interpretation of the bid, the
English translation shall prevail.

2.7 Bid Prices


1 The Bidder shall indicate in the proforma prescribed at Annexe 4.2.2 and Annexe 4.2.3 of Section
IV, the unit prices and total Bid Prices of the Facility Management services, it proposes to
provide under the Contract.
2 The unit prices quoted in the above mentioned proforma will be used to calculate charges for
‘change orders’, if any.

2.8 Firm Prices


1 Prices quoted shall not be subject to any upward modifications, on any account whatsoever.
The Bidder shall, therefore, indicate the prices in Annexe 4.2.2 and Annexe 4.2.3 of Section IV
17 | Page
enclosed with the Bid. The Bid Prices shall be indicated in Indian Rupees (INR) only.
2 The Commercial bid should clearly indicate the price to be charged without any qualifications
whatsoever and should include all taxes, duties, fees, levies, works contract tax and other
charges as may be applicable in relation to the activities proposed to be carried out. Such
charges should be shown separately in Annexe 4.2.2 and Annexe 4.2.3 of Section IV.

2.9 Discount
The Bidders are advised not to indicate any separate discount. Unconditional Discounts, if any,
should be merged with the quoted prices. Discount of such type, indicated separately, will not be
taken into account for evaluation purpose. However, in the event of such an offer, without
considering discount, is found to be the lowest, the UIDAI shall avail such discount at the time of
award of contract.

2.10 Bidder Qualification


1. The "Bidder" as used in the Bid documents shall mean the one who has signed the Bids. The
Bidder may be either registered company or partnership firm or sole proprietorship. Bidder can
be a :-

(a) Constituted attorney of the registered company or partnership firm or sole proprietorship in
which case he/she shall submit a certificate of authority in the form of constituted attorney.
(b) The principal officer of the registered company or one of the partners of the company in
either case a duly notarized authorization certificate on stamp paper is required to be
submitted.

2. It is further clarified that the individual signing the Bid or other documents in connection with
the Bid must certify whether he/she signs as constituted attorney or as authorized
representative of the company/partnership firm/sole proprietorship.
3. The Bidder shall sign its Bids with the exact name of the Company/partnership firm/ sole
proprietorship to whom the bid is to be issued.
4. The Bidder shall clearly indicate their legal constitution and the person signing the Bids shall
state his capacity and also source of his ability to bind the Bidder.
5. The power or authorization, or any other document consisting of adequate proof of the ability
of the signatory to bind the Bidder shall be annexed to the bid. UIDAI may out rightly reject any
bid not supported by adequate proof of the signatory’s authority

2.11 Bid Security


The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid validity
(Clause 2.12) specified by the Bidder in the Bid.

2.12 Period of Validity of Bids


1 Bids shall remain valid for 180 days after the last date of bid submission as prescribed by the
UIDAI. A bid valid for a shorter period may be rejected by the UIDAI as non-responsive.

18 | Page
2 In exceptional circumstances, the UIDAI may ask the Bidder to extend the validity of the Bid.

2.13 Headings
Headings of conditions hereto shall not affect the construction thereof.

2.14 UIDAI's Right to Vary Scope of Contract at the time of Award


1 UIDAI reserves the right to vary the services up to 50% of the Contract value during the
Contract Period. In case of any increase/ decrease in the manpower, the service charges, if any
quoted, shall be correspondingly increased/ decreased on pro-rata basis.
2 The UIDAI shall reserve the right, not to purchase Facility Management Services quoted by the
bidder in this invitation to bid.

2.15 UIDAI's Right to Accept Any Bid or Reject


The UIDAI reserves the right to accept the bid, and to annul the Bid process and reject the bid at any
time prior to award of Contract, without thereby incurring any liability to the affected Bidder or any
obligation to inform the affected Bidder of the grounds for the UIDAI's action.

2.16 Conditions for Pre-Qualification of Bidders


The Bidder Company / Firm / Agency should fulfill the following pre-qualification specifications:

1. The Bidder should have office in Bengaluru, India.

2. The Bidder should not have been blacklisted / under a declaration of ineligibility for corrupt
and fraudulent practices with any of the departments of the Central, State Governments and
PSUs. Undertaking from bidder in this regard needs to be submitted.
3. Bidder should have a valid Sales Tax Number/ VAT Number, Service Tax Registration, PAN/TAN
Number and PF code.
4. Bidder’s Company/Firm/Agency should be registered with Employees Provident Fund
organization (EPFO), Employees State Insurance Corporation (ESIC) under the respective
Acts/laws and Labor Commissioner under Contract Labor Act, 1972.
5. The Service Provider Company / Firm / Agency must have minimum annual average turnover
of Rs.1,50,00,000 (Rupees One Crore Fifty Lakh) per year during the last three financial year
till year ended on 31.03.2016.
6. Bidder Company / Firm/ Agency should have at least five years’ experience in providing
Facility Management services(Technical services)to reputed private and/or public sector
companies/banks/Government Departments etc.
7. The bidder must have executed at least three (3) contracts of Rs. 30,00,000 (Rupees Thirty
Lakhs) for the services of Facility Management in last three year financial year ended on
31.03.2016. For each of such order, the bidder should submit the details as per Annexe 4.1.4
of section IV.
8. The bidding agency/firm should have a minimum of 75 employees on their roll.
9. Compliance to clause 2.10 of Section II.

19 | Page
2.17 Late Bids
Any bid received by the UIDAI after the last date and time for receipt of bids prescribed by the UIDAI,
pursuant to Clause 1.4 Section I, will be rejected and/or returned unopened to the Bidder.

2.18 Modification and Withdrawal of Bids


1 The Bidder may modify or withdraw its bid after the Bids’ submission (but not later than the
last date of submission), provided that written notice of the modification or withdrawal is
received by the UIDAI prior to the last date prescribed for receipt of bids.
2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and
submitted in accordance with the provisions of Clause 2.1. A withdrawal notice may also be
sent by fax but followed by a signed confirmation copy, post marked not later than the last date
for receipt of bids.

2.19 Clarification
When deemed necessary, the UIDAI may seek clarifications on any aspect from the Bidder. However,
that would not entitle the Bidder to change or cause any change in the substance of the Bid submitted
or price quoted.

2.20 Preliminary Examination


1 The UIDAI will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required bid security has been furnished,
whether the documents have been properly signed, and whether the bids are generally in
order.
2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price shall be corrected. If the Bidder does not accept the
correction of the errors, its bid will be rejected. If there is a discrepancy between words and
figures, the amount in words will prevail.
3 A bid determined as not substantially responsive will be rejected by the UIDAI and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
4 The UIDAI may waive any minor informality or nonconformity or irregularity in a bid which does
not constitute a material deviation, provided such waiver does not prejudice or affect the
relative ranking of any Bidder.

2.21 Contacting the UIDAI


1 No Bidder shall contact the UIDAI on any matter relating to its Bid, from the time of the Bid
opening to the time the Contract is awarded.
2 Any effort by a Bidder to influence the UIDAI’s Bid evaluation, Bid comparison or
Contract award decisions may result in the rejection of the Bidder’s Bid.

2.22 Post Qualification


1 The UIDAI will determine to its satisfaction whether the Bidder selected as having submitted

20 | Page
the best evaluated responsive bid is qualified to satisfactorily perform the Contract.
2 This determination will take into account the Bidder's financial, technical, implementation
and post-implementation capabilities. It will be based upon an examination of the
documentary evidence submitted by the Bidder as well as such other information as the UIDAI
deems necessary and appropriate.
3 An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A
negative determination will result in rejection of the Bidder's bid, in which event the UIDAI will
proceed to the next best evaluated bid to make a similar determination of that Bidder's
capabilities to perform satisfactorily.

2.23 Criteria for Evaluation of Bids


1. Technical Bid Evaluation Criteria
i. The technical bid should be submitted in form given in
Technical Bid at Clause 4.1 of section IV .
ii. The Technical Bids/Commercial Bids will be opened by a committee authorized by the
competent authority at UIDAI. Bidders/Authorised representatives who may wish to be
present may attend the same at scheduled time.
iii. A proposal shall be rejected at this stage if it does not respond to important aspects of the
Technical bid clause 4.1 of section IV, and if it fails to achieve the minimum qualification
criteria as mentioned in clause 2.10 and clause 2.16 of Section II and reiterated in Technical
bid clause 4.1 of section IV.
iv. Commercial bids shall be taken up only for those bidders who qualify in technical
evaluation criteria.

2. Commercial Bid Evaluation Criteria


i. The Financial Bids of only those bidders will be opened whose Technical Bids found
technically suitable and accepted by this Office. To ascertain the authenticity/correctness of
the documents/statements submitted/made by bidders along with their technical bid, UIDAI
may detail its representative/committee to visit their premises and verify/inspect these
documents and establish the veracity of statements made in technical bid. The Financial
Bids will be opened in the presence of bidders whose Technical Bids are accepted after
scrutinizing technical feasibility criterion and who wish to be present.
ii. The contract may be awarded to the bidder whose grand total of Annexe under Annexe
‘4.2.2’ (Financial Bid) of section IV will be the lowest (L1) subject to fulfillment of all other
conditions stipulated in the tender document.
iii. Contact value shall be the value discovered under Annexe ‘4.2.2’ (Financial Bid) of section IV
for one year.

2.24 Notification of Award


1 Prior to the expiration of the period of bid validity, the UIDAI will notify (Notification of Award)
the successful Bidder in writing by registered letter or by fax that its bid has been accepted, to
be acknowledged in writing by bidder by registered letter within 7 days of receipt of

21 | Page
Notification of Award.
2 The notification of award will constitute the formation of the Contract.

2.25 Signing of Contract


1 At the same time as the UIDAI notifies (Notification of Award) the successful Bidder that its bid
has been accepted, the UIDAI will send the Bidder the Contract Form (Appendix A of Section VI
provided in the Bid Document, incorporating all agreements between the parties).
2 Within 15 days of receipt of the Contract Form, the successful Bidder shall sign and date the
Contract and return it to the UIDAI.

2.26 Performance Security


1 Within 15 days of date of issue of Notification of Award, the successful Bidder shall furnish the
performance security in accordance with the Conditions of Contract, in the Contract
Performance Guarantee Bond prescribed at Appendix B of Section VI. Details are also
mentioned in Clause 3.35 of Section III.
2 Failure of the successful Bidder to comply with the requirement of Clause 2.24, 2.25 & 2.26.1
shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD held as
bid security, in which event the UIDAI may award the Contract to the next lowest evaluated Bidder or
call for new bids.

22 | Page
Table of Contents
3 SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
3.2 Interpretation
3.3 Application
3.4 Period of Contract
3.5 Standards
3.6 Use of Contract Documents and Information
3.7 Patent Rights
3.8 Installation, Commissioning, Testing and Acceptance Tests
3.9 Incidental Services
3.10 Warranty
3.11 Payment
3.12 Currency of Payment
3.13 Change Orders
3.14 Contract Amendments
3.15 Currency of Payment
3.16 OPTION CLAUSE
3.17 Assignment
3.18 Sub-contracts
3.19 Delays in the Vendor's Performance
3.20 Liquidated Damages (LD)
3.21 Termination for Default
3.22 Force Majeure
3.23 Termination for Convenience
3.24 Dispute Resolution
3.25 Applicable Law
3.26 Notices
3.27 Price Fall
3.28 Prices
3.29 Deductions
3.30 Taxes and Duties
3.31 Continuing Support
3.32 Relationship between the parties

23 | Page
3.33 Governing Language
3.34 Services and other conditions
3.35 Performance Security

24 | Page
3 SECTION III - GENERAL CONDITIONS OF CONTRACT

3.1 Definitions
In this Contract, the following terms shall be interpreted as indicated:
1. "UIDAI" means the Unique Identification Authority of India.
2. "The Purchaser/Owner" means the Chief Executing Officer (CEO), Unique Identification
Authority of India or any other representative authorized by the CEO.
3. "Purchase Officer" means the officer signing the acceptance of Bid and includes any officer
who has authority to execute the relevant contract on behalf of the Purchaser.
4. The "Contract" means the agreement entered into between the Purchaser and the Vendor
as recorded in the Contract Form signed by the Purchaser and the Vendor, including all
attachments and annexes thereto and all documents incorporated by reference therein.
5. The "Agency/Vendor/Contractor" means the person or the firm or the company with whom
the contract of the Facility Management Services is entered and shall be deemed to include
the Vendor's successors, representatives (approved by the Purchaser), heirs, executors,
administrators and permitted assigns, as the case may be, unless excluded by the terms of
the contract.
6. "The Contract Value" means the price payable to the Vendor under the Contract for the full
and proper performance of its contractual obligations;
7. "The Goods" mean all of the equipment, hardware, software, machinery, accessories and/or
other material which the Vendor is required to maintain the Facility of the Purchaser under
the Contract;
8. "Service" means Facility Management Services as mentioned in the RFP at different its
sections;
9. "Acceptance of Bid" means the letter/telex/telegram/fax or any memorandum
communicating to the selected Vendor the acceptance of his Bid.
10. “Supply” means once the purchaser issues a Purchase Order, the vendor has to provide the
Facility Management Services (FMS) within stipulated time.
11. “Clause” means a clause of this Contract and the term "Clauses" means more than one
clause.
12. “Calendar Day” means any day of the calendar month.
13. “Working Day” means days of the calendar month excluding Sundays or designated
government holidays i.e. gazette holidays.
14. “Calendar Month” means any of the twelve months of the Calendar Year.
15. "Calendar Year" means a period of twelve consecutive Months according to the Gregorian
calendar, commencing with the first day of January and ending with the thirty-first day of
December.
16. "Contract Term": means a period of one calendar year counted from the Effective Date.
17. “Dispute” means any dispute/ differences/ controversy/ disagreements which arise

25 | Page
"between the parties to this Contract/ Agreement in relation to/ in connection with/ the
terms of/ ambit hereof.
18. “Expiry date” means the date on which the terms of the contract which is for a period of one
calendar year comes to an end.
19. “Government Authorities” means the Government of India (GOI) and provincial, state or
local government in India and any political subdivision thereof
20. “Business Day” means any day that is not a Sunday or a public holiday (as per the official
holidays observed by UIDAI).
21. “Notice” means:
a. an information, announcement, message, notification, warning etc. which is in writing;
or
b. a consent, approval or other communication required to be in writing under this
Contract.

3.2 Interpretation
In this Contract unless the context otherwise requires:
i. the headings of the Sections, Clause, Appendices, Schedules, Attachments and
Annexures in the Contract are inserted for convenient reference only and shall not
affect the meaning and/ or interpretation of this Contract;
ii. unless otherwise specified a reference to a clause number is a reference to all of its sub-
clauses;
iii. a reference to the singular includes the plural and vice-versa;
iv. a reference to a gender shall include any other gender;
v. the word “include” or “including” shall be deemed to be followed by “without
limitation” or “but not limited to” whether or not they are followed by such phrases;
vi. unless categorically specified, reference to a Section, Clause, sub-clause, Appendix,
Schedule, Attachment or Annexure shall be to a Section, Clause, Sub-clause, Appendix,
Schedule, Attachment or Annexure of this Contract, including any amendments or
modifications to the same from time to time;
vii. all Appendices, Schedules, Annexures and Attachments form an integral part of this
Contract/ Agreement. In an event of conflict between any provision of the Clause and
any provision of the Appendix, Schedule, Attachment or Annexure, the provision of the
Clause shall prevail;
viii. a reference to a person includes a partnership and a body corporate;
ix. a reference to any legislation/ regulation having force of law includes legislation/
regulation time to time repealing, replacing, modifying, supplementing or amending
that legislation;
x. where a word or phrase is given a particular meaning it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
xi. in the event of an inconsistency between the terms of this Contract and the Tender and
the Bid, the terms hereof shall prevail.

26 | Page
xii. Any reference to time shall, except where the context otherwise requires and specifies,
be construed as a reference to the time in India. Any reference to the Calendar shall be
construed as reference to the Gregorian calendar.
xiii. Unless the context otherwise requires, any period of time referred to shall be deemed
to expire at the end of the last day of such period;
xiv. The rule of construction, if any, that a contract should be interpreted against the parties
responsible for drafting and preparation thereof, shall not apply;
xv. All references to agreements, documents or other instruments include (subject to all
relevant approvals) a reference to that agreement, document or instrument as
amended, supplemented, modified, substituted, assigned or renovated from time to
time.

3.3 Application
These General Conditions shall apply to the extent that they are not superseded by provisions in other
parts of the Contract.

3.4 Period of Contract


This contract for “Facility Management Services” at Hebbal Data Centre, Hebbal, Bengaluru,
India shall be valid for a total period of 1 (One) Years and will commence within 3 weeks after
signing of the contract. UIDAI, however, reserves the right to terminate/curtail the contract at
any time before expiry of contract period after giving one month notice to the agency without
assigning any reason. The contract may be extended further for a period of 2 (two) year on year
on year basis depending on the performance of the vendor and the requirement of UIDAI with
same/modified conditions of contract at the sole discretion of UIDAI.

3.5 Standards
1. The goods/spare parts/services supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard is mentioned,
to the authoritative standards, such standard shall be the latest issued by the concerned
institution.
2. The Vendor shall ensure that the goods/spare parts/services supplied under the Contract
against all purchase orders are of the most recent or current models and incorporate all
recent improvements in design and materials without any additional cost to the Purchaser.

3.6 Use of Contract Documents and Information


1. The Vendor shall not, without the Purchaser's prior written consent, disclose the Contract, or
any provision thereof, or any specification, plan, drawing, pattern, sample or information
furnished by or on behalf of the Purchaser in connection therewith, to any person other than
a person employed by the Vendor in the Performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only so far as it may be
necessary for purposes of such performance.
2. The Vendor shall not, without the Purchaser's prior written consent, make use of any

27 | Page
document of information enumerated in Clause 2.3 of Section II except for purposes of
performing the Contract.
3. Any document, other than the Contract itself, enumerated in Clause 2.3 of Section II shall
remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser
on completion of the Vendor's performance under the Contract, if so required by the
Purchaser.

3.7 Patent Rights


The Vendor shall indemnify the Purchaser against all third-party claims of infringement of patent,
trademark or industrial design rights arising from the use of the goods/spare parts/services or
any part thereof.

3.8 Installation, Commissioning, Testing and Acceptance Tests


1. The Vendor shall be responsible for installation, commissioning and warranty cum support of
the goods/spare parts/services.
2. The acceptance test which involves the testing and acceptance of the complete equipment
along with software, if any; shall be conducted by the Vendor in the presence of the
Purchaser and/or by authorized officials and/or by any other team or agency nominated by
the Purchaser.
3. The above test shall demonstrate the satisfactory operation of all supplied/rectified
equipment covering full range of the facilities of the equipment. As and when required,
simulation equipment shall be provided by the Vendor wherever necessary, to simulate all
input and output functions on the test configuration
4. The acceptance test shall be carried out by the Vendor in the presence of the Purchaser or
any other person(s) or agency designated by the Purchaser.

3.9 Incidental Services


The Vendor shall be required to provide any or all of the following services without any additional
cost to UIDAI:
i) Installation, testing and commissioning, warranty and support in respect of
supplied/rectified Goods.
ii) Performance or supervision of on-site assembly and start-up of the supplied/rectified
Goods;
iii) Furnishing of tools required for assembly and start-up of the supplied/rectified Goods;
iv) Furnishing of detailed operations and maintenance manuals for each appropriate unit of
the supplied/rectified Goods;

3.10 Warranty
Whenever any existing item acquires its age and is replaced by new item/similar item under this
contract; it will be governed by following warranty conditions:

i. The Vendor warrants that the goods supplied under the contract conform to technical
specifications prescribed and shall perform according to the said technical specifications.

28 | Page
ii. The vendor warrants for a period of 12 months from the date of acceptance of material/stores
or date of installation and commissioning, whichever is later, that the material /stores supplied
under the contract and each component used in the manufacture thereof shall be free from all
types of defects/failures.
iii. If within the period of warranty, the goods are reported by the Buyer to have failed to perform
as per the specifications, the vendor shall either replace or rectify the same free of charge,
within a maximum period of 45 days of notification of such defect received by the vendor,
provided that the goods are used and maintained by the Buyer. Warranty of the equipment
would be extended by such duration of downtime. Record of the down time would be
maintained by the user in the logbook. Spares required for warranty repairs shall be provided
free of cost by the vendor.
iv. The vendor also warrants that necessary service and repair back up during the warranty period
of the equipment shall be provided by the vendor
v. The vendor shall associate technical personnel of the Maintenance and Quality Assurance
Division of the UIDAI during warranty repair and shall also provide the details of complete
defects, reasons and remedial actions for defects.
vi. If a particular equipment/goods fails frequently and/or, the cumulative down time exceeds 50%
of the warranty period, the complete equipment shall be replaced free of cost by the vendor
within a stipulated period of 45 days of receipt of the notification from the Buyer.
vii. Warranty of the replaced equipment would start from the date of acceptance by the Buyer
after installation and commissioning.

3.11 Payment

1. Payment for providing Facilities Management Services will be released (after deduction of TDS)
on satisfactory performance upon completion of a calendar month. It will be mandatory for the
Successful Bidder to indicate their bank account numbers and other relevant e-payment details
so that payments could be made through ECS/EFT mechanism instead of payment through
cheques, wherever feasible. The payment will be made as per the following terms, on
production of the requisite documents:
a. Given the fact that the successful bidder is under legal obligation to pay due wages as
the requirements of law, the successful bidder shall be expected to make payment to
the Facility Management Staff under Electronic Fund Transfer System. The successful
bidder shall pay for all legal charges/contributions to statutory authorities. Besides that
the successful bidder shall be obliged to satisfy empowered officer about continued
labour laws compliance as and when required by empowered officer.
b. The successful bidder shall raise bill for the services provided for a calendar month
within 7 working days of succeeding month of such services. Disputed amount or
amount on which clarification is required may be held up till the time matter is sorted
out. However, balance amount shall be released.
c. Bill should be submitted to the Administration Section, UIDAI Technology Centre,
Hebbal, Bengaluru.

29 | Page
d. Payment from UIDAI shall be made by electronic fund transfer to the Agency’s account
by NEFT or RTGS for which purpose Agency is required to submit their complete bank
details.
e. It is noteworthy that while considering the attendance and availability of the Facility
Management staff, their working hours will also be considered for evaluation and non–
compliance with the mentioned hours of work would be penalized.
f. Penalty would be in terms of part of the salary / payment, which would be deducted
and reflected in month’s payment.
g. Compliance to all statutory requirements such as minimum wages, ESI, PF, Bonus etc. of
the officials on duty will be borne by successful bidder.
h. The endeavour shall be made to make the payment to successful bidder within 30 days
after submission of the bills by vendor, however it shall not have contractual binding on
UIDAI. The vendor should ensure that bills for payment must be submitted with
following documents for processing of the bill:
(i) ECS Statement duly verified by the bank official for monthly wages payment in
the bank account of Facility Management Staff deputed to UIDAI on or before
07th of every month by the agency/contractor (as a proof of compliance to
ensure that monthly salary paid is not less than the statutory provision of
minimum wages act as applicable in Hebbal, Gurgaon for the respective category
of worker).
(ii) The payment to the Successful Vendor shall be released only after verification of
the contracted service through a checking mechanism enforced by Designate
Inspection Committee or Authority or any person nominated by or on behalf of
the UIDAI to assess the performance of the successful vendor, both in terms of
quantity and quality.
(iii) Amount of LD / Risk Expense etc., if any, will be deducted from the billing
amount.
(iv) All logs/register for duty performed by its staff

2. Advance Payments: No advance payment(s) will be made in any case whatsoever.

3.12 Currency of Payment


Payment shall be made in Indian Rupees only.

3.13 Change Orders


1. The Purchaser may at any time, by a written order given to the Vendor pursuant to Clause
3.28, make changes within the general scope of the Contract in any one or more of the
services to be provided by the Vendor.

2. If any such change causes an increase or decrease in the cost of, or the time required for,
the Vendor's performance of any part of the work under the Contract, whether changed or not
changed by the order, an equitable adjustment shall be made in the Contract Price or
delivery schedule, or both, and the Contract shall accordingly be amended.
3. UIDAI reserves the right to vary the quantity within the Contract Period, of up to 50% of the

30 | Page
Contract value. In case of any increase/ decrease in quantities of any item, unit rate for item
indicated in the contract will be applicable.
4. In case applicable rates for the increase/decrease of an item in question are not available in
the Contract, then the equivalent rates may be finalized based on mutually agreed rates by
both parties. UIDAI may form a change order committee for this purpose.

3.14 Contract Amendments


Subject to Clause 3.13, no variation in or modification of the terms of the Contract shall be made
except by written amendment signed by the parties.

3.15 Currency of Payment


Payment shall be made in Indian Rupees only.

3.16 OPTION CLAUSE


UIDAI reserves the right to vary the services up to 50% of the Contract value during the Contract
Period.

3.17 Assignment
The Vendor shall not assign, in whole or in part, its obligations to perform under
the Contract, except with the Purchaser's prior written consent. The permission, if any, of the
purchaser has to be taken 15 days prior to assigning.

3.18 Sub-contracts
Sub contracting done by the vendor under this contract with the approval of UIDAI, shall not
relieve the Vendor from any liability or obligation under the Contract.

3.19 Delays in the Vendor's Performance


1 Delivery of the Facility Management services and performance of service shall be made by the
Vendor in accordance with the Timelines specified by the Purchaser in Clause 5.9 of Section V.
2 An un-excused delay by the Vendor in the performance of its delivery obligations shall render
the Vendor liable to any or all of the following sanctions: forfeiture of its performance security,
imposition of liquidated damages, and/or termination of the Contract for default.
3 If at any time during performance of the Contract, the Vendor or its sub-contractor(s) should
encounter conditions impeding timely supply of services, the Vendor shall promptly notify the
Purchaser in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as
practicable after receipt of the Vendor's notice, the Purchaser shall evaluate the situation and
may at its discretion extend the Vendor's time for performance, in which case the extension
shall be ratified by the parties by amendment of the Contract. If the vendor request to delay
the delivery of services and performance of services is not found acceptable to the purchaser,
Clause 3.20 would be invoked.

3.20 Liquidated Damages (LD)


1. In the event of the Vendor (successful bidder)'s failure to submit the Bonds, Guarantees and
Documents, supply the services etc as specified in this contract, the Purchaser (UIDAI) may, at

31 | Page
his discretion, withhold any payment until the completion of the contract. The PURCHASER
(UIDAI) may also deduct from the VENDOR (SUCCESSFUL BIDDER) as agreed, liquidated
damages to the sum of 0.5% of the contract value of the delayed/undelivered services
mentioned in the Section - IV, V of the RFP for every week of delay or part of a week or pro rata
basis, subject to the maximum value of the Liquidated Damages being not higher than 10% of
the contract value.
2. If any staff is found absent from the duties without prior permission, an additional penalty @Rs
1000/day may be imposed over and above the LD as mentioned in clause 3.21.1 above which
can be deducted from the monthly payment to the bidder.
3. Whenever any unsatisfactory/inadequate/Poor comprehensive Maintenance/Operations or
preventive maintenance are found/observed and same is brought to the notice of contractor or
his authorized representative
through mail/SMS/ letter and if no action is taken within 2 hours, Penalty@Rs10000/day shall
be imposed over and above the LD as mentioned in clause 3.21.1 and 3.21.2 above which shall
be deducted from the monthly payments due to the bidder.
4. All the incidents must be reported with 30 mins to UIDAI officials. Failing this shall attract the
penalty @ Rs500/hour of delay and additional Rs 5000 if not reported within 24 hours, over and
above LD penalty as mentioned in clause 3.21.1, 3.21.2 and 3.21.3 above. Consecutive non-
reporting of the incident for 3 days shall give right to Purchaser to terminate the contract

3.21 Termination for Default


1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written
notice of default sent to the Vendor, terminate the Contract in whole or in part by giving
1(One) month notice:
a) If the Vendor fails to provide Facility Management services within the time period(s)
specified in the Contract, or any extension thereof granted by the Purchaser pursuant to
Clause3.20; OR
b) The Purchaser has noticed that the Bidder has utilized the services of any Indian/Foreign
agent in getting this contract and paid any commission to such individual/company etc.; OR
c) The delivery of material / services is delayed due to causes of Force Majeure by more than
(01 months) or the delivery of material/spares/parts are of inferior quality and not a
OEM/(UIDAI approved) item; OR
d) If the Vendor fails to perform any other obligation(s) under the contract; OR
e) The Agency (successful bidder) is declared bankrupt or becomes insolvent; OR
f) The purchaser is not satisfied with the performance of the bidder or violation of the any
of the terms and conditions of the contract

2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to Clause
3.22.1 the Purchaser may pay, upon such terms and in such manner as it deems appropriate.
However, the Vendor shall continue performance of the Contract to the extent not
terminated.

32 | Page
3 In case the Bidder withdraws or the UIDAI Technology Centre terminates the contract for
violation of terms and conditions and/or deficiency in services during the period of contract,
the additional expenses in hiring a new contractor on temporary arrangement till (the time of
appointing a regular contract through a tender process or till the balance period of the
contract); whichever is earlier, will be adjusted against payments to be made.

3.22 Force Majeure


1 Notwithstanding the provisions of Clauses 3.20, 3.21, 3.22 the Vendor shall not be liable for
forfeiture of its performance security, liquidated damages or termination for default, if and to
the extent that, its delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
2 For Purposes of this Clause, "Force Majeure" means an event beyond the control of the
Vendor and not involving the Vendor and not involving the Vendor's fault or negligence and
not foreseeable. Such events may include, but are not restricted to, acts of the Purchaser
either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions and freight embargoes.
3 If a force Majeure situation rises, the Vendor shall promptly, not more than 10 days from its
beginning, notify the Purchaser in writing of such conditions and the cause there of. Unless
otherwise directed by the Purchaser in writing, the Vendor shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.

3.23 Termination for Convenience


The Purchaser may by written notice sent to the Vendor, terminate the Contract, in whole or in
part at any time of its convenience by giving a prior written notice of Thirty Days (30) days. The
notice of termination shall specify that termination is for the Purchaser's convenience, the extent
to which performance of work under the Contract is terminated, and the date upon which such
termination becomes effective.

3.24 Dispute Resolution


1. If during the subsistence of this Contract or thereafter, any dispute between the Parties
hereto arising out of or in connection with the validity, interpretation, implementation,
material breach or any alleged material breach of any provision of this Contract or regarding
any question, including as to whether the termination of this Contract by one Party hereto
has been legitimate, the Parties hereto shall endeavor to settle such dispute amicably and/or
by Conciliation to be governed by the Arbitration and Conciliation Act, 1996 or as may be
agreed to between the Parties. The attempt to bring about an amicable settlement is
considered to have failed as soon as one of the Parties hereto, after reasonable attempts;
which attempt shall continue for not less than thirty (30) days, gives thirty (30) days’ notice
to refer the dispute to arbitration to the other Party in writing.
2. The Arbitration proceedings shall be governed by the Arbitration and Conciliation Act, 1996.
3. The Arbitration proceedings shall be held in New Delhi, India.

33 | Page
4. The Arbitration proceeding shall be governed by the substantive laws of India.
5. The proceedings of Arbitration shall be in English language.
6. Except as otherwise provided elsewhere in the contract if any dispute, difference, question
or disagreement arises between the parties hereto or their respective representatives or
assignees, at any time in connection with construction, meaning, operation, effect,
interpretation or out of the contract or breach thereof the same shall be decided by an
Arbitral Tribunal consisting of three Arbitrators. Each party shall appoint one Arbitrator and
the Arbitrators so appointed shall appoint the third Arbitrator who will act as Presiding
Arbitrator.
7. In case, a party fails to appoint an arbitrator within 30 days from the receipt of the request
to do so by the other party or the two Arbitrators so appointed fail to agree on the
appointment of third Arbitrator within 30 days from the date of their appointment upon
request of a party, the Chief Justice of India or any person or institution designated by him
(in case of International commercial Arbitration) shall appoint the Arbitrators/Presiding
Arbitrator. In case of domestic contracts, the Chief Justice of the High Court or any person or
institution designated by him within whose jurisdiction the subject purchase order/contract
has been placed / made, shall appoint the arbitrator/Presiding Arbitrator upon request of
one of the parties.
8. If any of the Arbitrators so appointed dies, resigns, incapacitated or withdraws for any
reason from the proceedings, it shall be lawful for the concerned party/ arbitrator to appoint
another person in his place in the same manner as aforesaid. Such person shall proceed with
the reference from the stage where his predecessor had left if both parties consent for the
same; otherwise, he shall precede de novo.
9. It is a Scope of the contract that the party invoking arbitration shall specify all disputes to be
referred to arbitration at the time of invocation of arbitration and not thereafter.
10. It is also a Scope of the contract that neither party to the contract shall be entitled for any
interest on the amount of the award.
11. The Arbitral Tribunal shall give reasoned award and the same shall be final, conclusive and
binding on the parties.
12. The fees of the arbitrator shall be borne by the parties nominating them and the fee of the
Presiding Arbitrator, costs and other expenses incidental to the arbitration proceedings shall
be borne equally by the parties.
13. Subject to as aforesaid the provisions of the Arbitration and Conciliation Act, 1996 and any
statutory modifications or re-enactment in lieu thereof shall apply to the arbitration
proceedings under this clause.
14. Continuance of the Contract: Notwithstanding the fact that settlement of dispute(s) (if any)
under arbitration may be pending, the parties hereto shall continue to be governed by and
perform the work in accordance with the provisions under this Contract.

3.25 Applicable Law


The Contract shall be governed by and construed in accordance with the laws of India .

34 | Page
3.26 Notices
1. Any notice by one party to the other pursuant to the Contract shall be sent in writing or by
email and confirmed in writing to the address specified for that purpose in the contract.
2. A notice shall be effective when delivered or on the notice's effective date and time, whichever
is later.

3.27 Prices
Prices to be firm: The prices quoted for the Services shall be firm throughout the currency of
contract and shall not be subject to any variation.

3.28 Deductions
Payments, as envisaged in Clause 3.12, shall be subject to deductions of any amount, for which
the Vendor is liable under the agreement against this Bid.

3.29 Taxes and Duties


The Vendor shall be entirely responsible for all taxes, duties, license fees, cess etc., incurred
until performance of the contracted services to the Purchaser. If there is any reduction/increase
in duties and taxes due to any reason whatsoever ,after Notification of Award, the same shall
be passed on to the Purchaser/Vendor.

3.30 Relationship between the parties


Nothing contained herein shall be construed as establishing a relationship of master and
servant or of principal and agent as between UIDAI and the bidder and/or its personnel. The
bidder, subject to this Contract, has complete charge of the personnel and sub-contractors, if
any, performing the Services and shall be fully responsible for the Service performed by them
or on their behalf hereunder.

3.31 Governing Language


The Contract shall be written in the English language. Subject to Clause 3.27, that language
version of the Contract shall govern its interpretation. All correspondence and other documents
pertaining to the Contract which are exchanged by the parties shall be written in that same
language.

3.32 Services and other conditions


1. The Vendor shall ensure that his employees shall have Identity Cards, provided by the
contractor which shall be worn in such a way that it is prominently displayed and visible for any
person to identify the individual representing the contractor.
2. The Vendor should abide by and conform to the various provisions in so far as they relate to
him as specified in the Contract Labour (R&A) Act, 1970.
3. The Vendor shall indemnify and shall keep the purchaser indemnified against acts of omission
or negligence, dishonesty or misconduct of the men engaged for the work and the purchaser
shall not be liable to pay for any damages or compensation to such person or to third party.
4. The Vendor shall, at all times, indemnify the purchaser against any claim which could arise
35 | Page
under the workmen's Compensation Act, 1953 and/or under any statutory notification thereof
or otherwise in respect of any damages or compensation in consequence of any accident, injury
sustained to any of the workmen engaged by the vendor. The vendor shall insure all the
employees engaged for this job and such policy shall be produced to the purchaser on demand.
5. In the event of any exigencies, the purchaser shall have discretion to call upon the vendor to
provide such additional employees as may be necessary in its opinion for the purpose of
effectively carrying out the services contemplated in this agreement.
6. The Vendor shall arrange for the maintenance of all such registers and forms as are statutorily
required and/or considered necessary for the efficient performance of the contract.
7. That it shall be clearly agreed and understood by the vendor that all the persons provided shall
be the employees of the vendor and all disputes between the vendor and its employees shall
have no bearing on the Purchaser. The Purchaser shall not be responsible for any claims made
by such persons and shall not be liable to pay any amount to any employee/ex-employee of the
vendor. The vendor is fully responsible for disciplined behavior of its workmen. The vendor shall
not allow or incite his workers to participate in any trade union activities, agitations in any of
the two premises.
8. All damages caused by the Vendor or that of the vendor's employees or arising out of its
employee's instruction shall be charged to the vendor and recovered from his dues/bills or
adjusted against the performance guarantee.
9. If the performance of any worker/employees is not found satisfactory by the Purchaser, the
Vendor will be asked to replace him.
10. The Purchaser or the vendor in case of any failure or omission due to natural calamities,
hurricanes or due to any statute or regulations of the government or because of any lock outs,
strikes, riots, embargos for any political reasons or otherwise beyond the control of any party
including war (whether declared or not) civil war or state of insurrection, will give notice to
other party within 10 days of the occurrence of such incident that on account of the above
event the notifying party has delayed the performance beyond its reasonable control and it was
not due to negligence or default on its part.

3.33 Performance Security


1. Within 15 days of issue of Notification of Award by UIDAI, the successful Vendor shall furnish
performance security to the Purchaser, which shall be equal to 10 percent (Ten Percent) of the
value of the contract (as per the clause 2.26, Section 2 under commercial bid evaluation
criteria) in the form of a bank guarantee bond from a scheduled bank.
2. The Performance Security Bank Guarantee shall be released on completion of the Contractual
Obligations.
3. The performance security should remain valid for a period of 60 days beyond the date of
completion of all contractual obligations of Vendor.

36 | Page
4 SECTION IV – CONTENTS OF BIDS

Table of Contents
4 SECTION IV – CONTENTS OF BIDS
4.1 TECHNICAL BID
4.1.1 CONTENTS OF BID Annexe 4.1.1
4.1.2 TECHNICAL BID LETTER (Annexe 4.1.2)
4.1.3 DETAILS OF REQUIREMENT FOR FACILITY MANAGEMENT SERVICE (Annexe 4.1.3)
4.1.4 DETAILS OF THE PAST CONTRACTS OF FACILITY MANAGEMENT (Annexe 4.1.4)
4.1.5 PROJECT AND MANPOWER DETAILS (Annexe 4.1.5)
4.2 COMMERCIAL BID
4.2.1 COMMERCIAL BID LETTER (Annexe 4.2.1)
4.2.2 Commercial Bid (Annexe 4.2.2)
4.2.3 COST OF FACILITY MANAGEMENT SERVICES
(in the form of BOQ_Facility_Management_HDC.xls) (Annexe 4.2.3)
4.2.4 COST OF MANPOWER FOR FACILITY MANAGEMENT SERVICES PER MONTH
(Annexe 4.2.4)

37 | Page
4.1 TECHNICAL BID

S.No Particulars To Be filled by Bidder

1 Name of the Bidder/Agency:


2 Address (with Tel., Mob. No. & e- mail ID):
3 Nature of the concern :
(i.e. Sole Proprietor / Partnership firm or a
Limited Company or a Government Department
or a Public Sector Organisation)
4 Registration Number of Bidder/ Concern :
5 PAN Number of Bidder/ Concern :
6 Demand Draft / BG No. dated From bank name
amounting to Rs. 4,00,000/-(Rupees Four Lakh
only) as Earnest Money Deposit (Please attach
attested scanned copy)
7 Demand Draft No dated from bank name
amounting to Rs 250/-(Rupees Two hundred
and Fifty only) as Tender fees. (Please attach
attested scanned copy)
8 Income Tax Payment Certificate of last three YES / NO
years as on 31.03.2016.
9 Whether firm has provision of uniforms, identity YES/NO
cards
10 Registration Number of ESIC:
11 Registration Number of EPFO:
12 Whether the Company owns manpower a YES/NO
minimum of 75?
13 Whether the company has office in Delhi/NCR? YES/ NO
14 Financial Statement in support Annual YES/ NO
Turnover, duly certified by Charted Accountant
for last three FY ending 31.03.2016
15 Registration number with service tax YES/NO
department
16 The Agency/firm should have Registration and YES/NO
Licence under Contract Labour Act, 1972.
17 Weather firm has completed/executed Facility
Management works of Three (3) works of the
value of at least Rs. 30,00,000/- (Rs Thirty Lakh

38 | Page
only) from facility management services in the
last 3 financial years as on 31.03.2016
18 The bidding Company / Firm / Agency must
have a minimum annual average turnover of
1,50,00,000 (Rupees One Crore Fifty lakh only)
per year during the last three financial year till
year ended on 31.03.2016.
19 The bidder should not have been blacklisted / Not blacklisted/Black listed
under a declaration of ineligibility for corrupt
and fraudulent practices with any of the
departments of the Central, State Governments
and PSUs. Undertaking from bidder in this
regard to be submitted. The Bidder should have
office in Delhi/NCR.
20 Bidder should have at least five years’
experience in providing Facility Management
services to reputed Private and/or Public sector
companies/banks/Government be provided as
per Annexe 4.1.5 of Section IV
21 Statement of Deviations, if any; as per clause
2.4(1) of PART - II
22 The bidder should be a limited registered
company or partnership firm or sole
proprietorship.
In case of partnership firms/Sole proprietorship,
a scanned copy of the partnership or sole
proprietorship agreement, else general power
of Attorney (GPA) duly attested by a Notary
Public furnished on stamped paper duly signed
or affirmed by all the partners admitting
execution of the partnership agreement or in
case of proprietorship GPA duly affirmed by
proprietor .

In case of limited registered company, scanned


self attested copy of the certificate of
registration of firm should also be enclosed
along with the technical bid.
23. Compliance to clause 2.10 of Section II and
submission of requisite documents

39 | Page
Note: Supporting documents in r/o above mentioned technical requirement should be self attested, scanned
and attached with the technical bid, being mandatory.

1. Any other information important in the opinion of the bidder.

Dated :
At :

(Signature of Bidder with seal of the firm)

40 | Page
4.1.1 CONTENTS OF BID Annexe 4.1.1

BID PARTICULARS FOR Bid No._________________________________________

1. Name of the Bidder _________________

2. Address of the Bidder _________________

3. Name of the Facility Management service provider _________________

4. Address of the Facility Management service provider _________________

__________________________________________________________________

5. Place of Facility Management service provider _________________


6. Bidders Proposal Number and date _________________

7. Name and address of the officer to whom _________________


all references shall be made regarding
this bid Tel. No._______
Cell No.________
Fax No._______
Email ID.______

Witness : Bidder :

Signature ------------------------------ Signature ------------------------------

Name ------------------------------ Name ------------------------------

Address ------------------------------ Address ------------------------------

Date ------------------------------ Date ------------------------------

41 | Page
Company Seal

42 | Page
4.1.2 TECHNICAL BID LETTER (Annexe 4.1.2)
To
The Deputy Director General (Tech Centre)
Unique Identification Authority of India (UIDAI)
Aadhaar Complex, NTI Layout, Tata Nagar
Kodigehalli,
Bengaluru,
Karnataka – 560092.

Ref : Bid No. ________________

Sir,
We declare:
(i) That we are provider of Facility Management Services.
(ii) That we/our principals are equipped with adequate manpower required for Facility
Management and that our establishment is open for inspection by the representatives of the
Unique Identification Authority of India.

2. We hereby offer to supply the Facility Management Services for 1 year at the contract value and
rates mentioned in the Annexure 4.2.2 and Annexure 4.2.3 of the Commercial Bid.

3. PERIOD OF DELIVERY

We do hereby undertake that, in the event of acceptance of our bid, the Facility Management &
Operations services shall be made as stipulated in the schedule to the Bid Document and that we
shall perform all the incidental services.

4. TERMS OF DELIVERY

The prices quoted are inclusive of all charges in the UIDAI at the location as mentioned in
Appendix C.

5. We agree to abide by our offer for a period of 180 days from the last date of submission of bid
and that we shall remain bound by a communication of acceptance within that time.

6. We have carefully read and understood the terms & conditions of the tender and the conditions of
the contract applicable to the tender and we do hereby undertake to supply of services as per these
terms and conditions.

7. Certified that the bidder is :

a) The Constituted attorney of the company and the person signing the bids is the constituted
attorney of the Company.
OR

43 | Page
b) The Principal Officer or his duly Authorized Representative of the Company, and he has the
authority to refer to arbitration disputes concerning the business of the Company by virtue of the
general power of attorney.

(NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly
attested by the person authorized to sign the tender document.)

9. Self attested scanned copy of Bid Security (Earnest Money Deposit)for an amount equal to Rs.
_______ (Rupees ______ only) is attached in the Cover containing Technical Bid in the form of
specified in Clause 2 of Section II. Original has been dispatched/delivered to the address
mentioned in clause 1.2 of Section I.

10. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and placement of awarding the Contract, shall constitute a
binding contract between us.

Dated this day of 2017 Signature of the bidder

Name :
Full Address :
Telephone No. :
Fax No :
E mail ID :

Details of enclosures:
1.
2.
3.
4.
.
.
.

44 | Page
4.1.3 DETAILS OF REQUIREMENT FOR FACILITY MANAGEMENT SERVICE (Annexe 4.1.3)
(A) Requirement of Manpower for the services

QUA
S.NO DESIGNATION DEPARTMENT SHIFT
NTITY

MANAGER CUM TECHNICAL


1 1 General Shift( 8 hrs/6days per week)
SUPERVISOR SERVICES

2 ELECTRICIAN ELECTRICAL 4 24X7, 1 Per Shift of 8 hrs

3 Helper(Electrician) ELECTRICAL 2 2Shifts ,each shift of 8 hrs/6days per week

4 FIRE TECHNICIAN FIRE 4 24X7, 1 Per Shift of 8 hrs

5 FIRE OFFICER FIRE 1 General Shift( 8 hrs/6days per week)

5 HVAC/DG Operator H.A.V.C/DG 2 2Shifts ,each shift of 8 hrs/6days per week

6 HVAC/DG Helper H.A.V.C/DG 2 2Shifts ,each shift of 8 hrs/6days per week

7 W.T.P/STP OPERATOR CIVIL 4 24X7, 1 Per Shift of 8 hrs

8 Plumber CIVIL 1 General Shift( 8 hrs/6days per week)

9 CCTV OPERATOR ELECTRICAL 1 General Shift( 8 hrs/6days per week)

ACCESS CONTROL
LAN &
10 /LAN NET 4 24X7, 1 Per Shift of 8 hrs
NETWORKING
WORKING/EPABX/Tel

AV (Audio Visual)
11 AV 1 General Shift( 8 hrs/6days per week)
Operator

12 IBMS BMS 4 24X7, 1 Per Shift of 8 hrs

13 Gardener CIVIL 1 General Shift( 8 hrs/6days per week)

14 Master Gardener CIVIL 1 General Shift( 8 hrs/6days per week)

Total 33 Each shift is of 8 hours daily

Note: Above is minimum manpower to be deployed for Facility Management Services and the cost of above
manpower deployment stands included in the cost quoted in Annexe 4.2.2 and annexe 4.2.3, section –IV.
However in case, if this strength needs to be increased / decreased, it shall be implemented by vendor
accordingly. The implementation cost on account of this increase/decrease shall be levied at the pre-
discovered prices as per Annexe 4.2.4, Section – IV.

45 | Page
(B) Stores Consumables Material
1. The material and consumables will consist of consumables for cleaning, basic engineering tools,
cleaning equipment and the like. All consumables materials and other related items are to be
provided by the contractor and have to be of ISI marked or, where ISI marked
items/consumables are not available; the same should be in conformity with the
specification/makes keeping in view good quality/standard after discussion and approval of
Purchaser.
2. The contractor shall assess the quantity of consumables to be used and procure them in
advance and store them at complex on fortnightly/monthly basis.

(C) Machines / equipments (Daily)


List of tentative Machines Required
S.No. Item Description
1. High Pressure Water Jet Machine
2. Wringer Trolley
3. Telescopic Pole
4. Kentucky Mop
5. Service Trolley
6. Gadola

(D) List of tentative tools


List of tentative Tools Required
S.No. Item Description
1. Description
2. Megger (500V)
3. Tongtester
4. Screw Spanner
5. Shimcutter
6. Digital Thermometer
7. Bosch drilling machine–½inch
8. Standard Tools like Spanner sets, Hammer, files, steel rule, screw driver, hacksaw
with frames, cutting pliers, testers, measuring tape, etc.
9. Air Blower
10. FRP Ladder 6’
11. Tools Box
12. Rechargeable Torch Light
13. First aid box
14. Safety belts
15. Ht gloves
16. Safety shoe
17. HVAC tool kit
18. All major Masonry tools such as trowel, hammer, blocking chisel, power saw,
levels,
nylon or Dacronline, steel square ,chalkline, mixing tools etc.
19. Multimeter
20. Brazingtool

46 | Page
21. Flaring tool
22. Pipe cutter/tube cutter
23. Tube press plier
24. All major types of carpentry tools such as measuring tapes, folding ruler, pocket
tapes,different types of squares, cutting tools, fastening tools, drilling tools etc.
25. Any other items not prescribed
Note: For Table (C and D), the list is indicative and not exhaustive and it may change based on actual
requirement.

Signature of authorized person


Full Name:
Seal:
Date: Place:
E mail ID:

47 | Page
4.1.4 DETAILS OF THE PAST CONTRACTS OF FACILITY MANAGEMENT (Annexe 4.1.4)

Give details of the major similar contracts handled by the tendering Company/Firm/Agency on
behalf of Government Departments, PSUs and other Private sector, during the last 3 (three) years in
the following format.

(Also attach attested copies from various clients that will be considered as reference checks).

Sl. Details of client Amount of Duration of Contract.


No. along with address, Contract. (Rs.
telephone and Fax in Lakh) Form To
numbers

(If the space provided is insufficient, a separate sheet may be attached.)

Note: UIDAI can contact the clients to confirm the references provided.

Signature of authorized person


Full Name:
Seal:
Date: Place:

48 | Page
4.1.5 PROJECT AND MANPOWER DETAILS (Annexe 4.1.5)

Details of Projects and Manpower:

Sl Name of the Projects Start Date End Date Cost of No. of man
No. On-going and of Project Project (in power deployed
Completed (with the of Project Rs.) for Facility
location details) Management
Service

Note: If required purchaser will visit the project site to verify.

Signature of authorized person

Date:
Name:
Place:
Seal:

49 | Page
4.2 COMMERCIAL BID

4.2.1 COMMERCIAL BID LETTER (Annexe 4.2.1)

To
The Deputy Director General (Tech Centre)
Unique Identification Authority of India (UIDAI)
Aadhaar Complex, NTI Layout, Tata Nagar
Kodigehalli,
Bengaluru,
Karnataka – 560092.

Ref : Bid No. ________________

Sir,
We declare:
(i) That we are provider of Facility Management Services.
(ii) That we/our principals are equipped with adequate manpower required for Facility
Management and that our establishment is open for inspection by the representatives of the
Unique Identification Authority of India.

2. We hereby offer to supply the Facility Management Services for 1 year at the Contract value and
prices/rates as mentioned in the Annexe 4.2.2 and Annexe 4.2.3 respectively, of the
Commercial Bid.

3. PERIOD OF DELIVERY

We do hereby undertake that, in the event of acceptance of our bid, the Facility Management
services shall be made as stipulated in the Schedule to the Bid Document and that we shall
perform all the incidental services.

4. TERMS OF DELIVERY

The prices quoted are inclusive of all charges in the UIDAI at the location as mentioned in
Appendix C.

5. We enclose herewith the complete Commercial Bid as required by you. This includes:

S. CONTENTS
NO.
1. Commercial Bid Letter (Annexe 4.2.1)
2. Cost for providing Facility Management services (Annexe 4.2.2 –
Annexe 4.2.4)

50 | Page
3. Soft copy and hard copy of Cost Of providing Facility Management (to
be downloaded online in The Form Of BoQ_Facility
Management_HDC.Xls)

8. We agree to abide by our offer for a period of 180 days from the last date of submission of the bid
and that we shall remain bound by a communication of acceptance within that time.

9. We have carefully read and understood the terms & conditions of the tender and the conditions of
the contract applicable to the tender and we do hereby undertake to supply service as per these
terms and conditions.

10. Certified that the bidder is :

c) The Constituted attorney of the company and the person signing the bids is the constituted
attorney of the Company.
OR
d) The Principal Officer or his duly Authorized Representative of the Company, and he has the
authority to refer to arbitration disputes concerning the business of the Company by virtue of the
general power of attorney.

(NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly
attested by the person authorized to sign the tender document.)

11. Self attested scanned copy of Bid Security (Earnest Money Deposit) for an amount equal to Rs.
_______ (Rupees ______ only) is attached in the Cover containing Technical Bid in the form of
specified in Clause 2 of Section II. Original has been dispatched/delivered to the address
mentioned in clause 1.2 of Section I.

12. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and placement of awarding the Contract, shall constitute a
binding contract between us.

Dated this day of 2017 Signature of the bidder

Name :
Full Address :
Telephone No :
Fax No :
Email ID :

Details of enclosures:
1.
2.
3.

51 | Page
4.2.2 Commercial Bid (Annexe 4.2.2)
Cost for providing Facility Management services

Sl. Details of Scope of work Contract value - Total cost of Annexe


No. 4.2.3

1. Carrying out the Facility Management


services as per the scope of
work/requirement and by deploying
appropriate manpower as mentioned in Rs. _______________
Section V.

Contract value Rs.________________

In word (Rupees __________________________________________


_______________________________________________________)

DEDUCTIONS: Income tax as applicable shall be deducted at source. The Service Providing
Company/Agency/Firm shall be responsible for meeting out all the tax implications as per Rules of other
Government Departments.

Signature of authorized person


Full Name:
Seal:
Date: Place:

Notes:
1. The rates quoted by the tendering Agency should be inclusive of all taxation liabilities in force at
the time of entering into the contract.
2. The payment shall be made on conclusion of the calendar month only on the basis of duties
performed by the Service providing Company/Agency/Firm during the month.

4.2.3 COST OF FACILITY MANAGEMENT SERVICES (in the form of


BOQ_Facility_Management_HDC.xls) (Annexe 4.2.3)

52 | Page
Facility Management Services Costs
Sl.No Item Name Qty. Rate for one month inclusive of all
applicable taxes, duties and
Statutory Charges

(in Rs)

1 2 3 4

1 Comprehensive maintenance & operation and 1


preventive maintenance of Facility management
services at Non-Data Centre building of Data
Centre Complex at Hebbal, Bangalore, all complete
as per scope of work/deliverables, and
specifications as mentioned in RFP

Total in Figure(A)

Total in Words(A)

Note: The quoted monthly rate shall be inclusive of all applicable taxes including service tax and
including contribution towards ESI, PF, Gratuity, Bonus, etc. It shall also include cost of training and
uniform. Please read section V of RFP carefully before quoting the price.
Signature & seal of the bidder
Name :
Full Address :
Telephone No :
Fax No :
E mail ID :

53 | Page
4.2.4 COST OF MANPOWER FOR FACILITY MANAGEMENT SERVICES PER MONTH
(Annexe 4.2.4)

Manpower Cost
Sl.N Item Name Qty Rate for one month inclusive all Remarks
o . statutory payments like ESI, PF,
Gratuity, Bonus, Service Tax etc.
(in Rs)

1 2 4 5

1 MANAGER CUM SUPERVISOR 1

2 ELECTRICIAN 1

3 Helper(Electrician) 1

4 FIRE TEC 1

5 HVAC/DG Operator 1

6 HVAC/DG Helper 1 For carrying out shift


duty of 8 hours/6
7 W.T.P/STP OPERATOR 1 days per week,
throughout the
8 Plumber 1 month.

Each shift is of 8 hrs


9 CCTV OPERATOR 1
daily
ACCESS CONTROL /LAN NET
10 1
WORKING/EPABX/Tel

11 AV (Audio Visual) Operator 1

12 IBMS 1

13 GARDENER 1

14 MASTER GARDENER 1

54 | Page
Note: Cost disclosed under this annexure will not be a part of contract value, however during the
execution of contract; if in case, the manpower deployed by vendor is increased/decreased at
discretion of UIDAI, then the payment to the vendor for the change is manpower will be governed by
the above discovered prices.
Signature & seal of the bidder
Name :
Full Address :
Telephone No :
Fax No :
E mail ID :

55 | Page
5 Section V – scope of work

Table of Contents
5 Section V – scope of work
Table of Contents
5.1 Schedule of Requirements:
5.2 Scope of Work/Deliverables of Facility Management Services
5.3 General Requirements
5.4 Comprehensive maintenance
5.5 Preventive maintenance as per relevant BIS / OEM recommendations-
5.6 Methodology for accounting Consumables, replacement/repair of material
5.7 Schedule of Requirements (SOR)
5.8 Consignee Details
5.9 Timelines

56 | Page
5.1 Schedule of Requirements:
1. The office of the Unique Identification Authority of India shall be hiring the Facility
Management services for its Non-Data Centre building at Hebbal Data Centre Complex, Hebbal,
Bengaluru (Karnataka) for comprehensive operation & maintenance.
2. This document outlines the functional requirements for Facility Management Services of UIDAI,
NDC building, HDC. The document broadly covers the background, scope, technical
specifications of the requirement from the UIDAI perspective.

5.2 Scope of Work/Deliverables of Facility Management Services


1. Details of Facility Management services in the Non Data Centre building of Hebbal Data Centre
Complex shall be comprehensive maintenance, operation and scheduled preventive
maintenance as per recommendation of relevant BIS/OEM of the following assets :-
i. Utility Building (G)
ii. All HT & LT equipment and machinery etc for power supply and distribution network
iii. Diesel generating sets and all connected infrastructure
iv. Lifts
v. Water systems – raw water, drinking water, STP, flush water and sanitation, water tank
cleaning, UG Tank
vi. Fire fighting system - fire hydrants, smoke detectors, gas suppression & fire extinguishers
vii. HVAC systems
viii. LV System(IBMS,PA/CCTV/Access control/Telephone/EPABX/Audio Visual System)
ix. Network cables
x. Civil Assets (Building) maintenance System(Non structural civil works ) including
horticulture and gardening activities
xi. Roof top solar Photo Voltaic power plant and Solar water heater system
xii. Furniture both built-in and moveable, venetian blinds etc

2. At no point of time during the currency of contract none of the above assets/facilities shall be
rendered unusable due to untimely/inadequate/unsatisfactory/poor facility management
services of the /contractor.
3. The detailed Scope of Work is defined in Annexure-1
4. The details of toilets, water tanks, MEP equipment etc are detailed in Annexure-2
5. The details of Furniture’s and fixtures are detailed in Annexure - 3

5.3 General Requirements


1. The bidder should have a smart provision of Uniform, equipments and well supervised staff
having proper identity Cards
2. It will be the sole responsibility of the bidder to operate & comprehensively maintain the
Facilities installed in the Non Data Centre building of UIDAI at Hebbal Data Centre Complex,

57 | Page
Hebbal, Bengaluru, Karnataka. All the required machines / equipments, necessary for operating
& maintaining etc. shall be used by the firm in the office on regular basis.
3. The bidder should ensure that they must use brand new machines, of reputed brands, for the
mechanized Facility Management services in this office. Failure to do so will result in
termination at the contract and the decision of the competent authority of this office shall be
final.
4. The bidder should also have in possession of the machineries of the latest brand which have
been used for mechanized Facility Management services elsewhere. Supporting proof, thereof,
should be attached.
5. The machineries/tools required to be provided by the firm for the mechanized Facility
Management services, with the preferred technical details as given at clause 5.7, Section V of
this RFP.

5.4 Comprehensive maintenance


This includes all kind of maintenances, major/minor repairs which are necessary for effective
operation of the equipment/machinery/tools/plants/engineering assets etc. To execute the
comprehensive maintenance, contractor would ensure only OEM/Contractor authorized by OEM
are deployed. Contractor may enter into an Annual Maintenance Contract (AMC) with OEM.
Quoted rates by contractor should be inclusive of AMC cost, no additional payment would be
admissible for AMC.

5.5 Preventive maintenance as per relevant BIS / OEM recommendations-


This includes all kind of scheduled preventive maintenances required as laid down in relevant BIS or
are recommended by OEM for satisfactory, healthy and lifelong operation of
equipment/machinery/tools/plants (Pl refer Annexure 1 of RFP), to be rendered by Contractor.

5.6 Methodology for accounting Consumables, replacement/repair of material


1. The Contractor (Successful Bidder) is expected to bear the cost of all consumables,
replacement/repair of materials, necessitated during comprehensive maintenance or
preventive maintenance, up to a maximum of Rs. 50,000/- per month subject to the
condition that cost of each item is less than Rs. 5000/- in each case. Where the cost of
replacement/repair is more than Rs. 5000/- in each case or where the monthly limit of Rs.
50,000/- is exhausted, the excess amount shall be reimbursed by the Purchaser subject to
production of invoice from OEM/ Authorised dealer only. However AMC charges
irrespective of cost shall be borne by contractor.
2. Wherever labour component is involved in the repair/replacement, only the cost/charges of
material inclusive of taxes shall be reimbursed subject to falling in the category that
replacement/repair cost of the material excluding tax is more than Rs. 5000/- in each case
or where the monthly limit of Rs. 50,000/- is exhausted. In cases of composite inseparable
costs i.e. having labour and material costs, labour component shall be considered as 40% of
the total cost excluding all taxes.

58 | Page
3. All material costs which are to be reimbursed to the contractor on account of preceding two
clauses shall attract 10% as contractor’s profit on the basic cost, excluding any taxes.
OEM’s/Authorised dealer’s invoice is mandatory for claiming reimbursement. Authenticity
of invoice and reasonability of claimed rates/value shall be exclusively of contractor.
However at any stage if it is observed that either invoice is fake or rates claimed for
reimbursement are high in that case UIDAI reserves the right to recover the whole /partial
amount and proceed with cancellation of contract without any notice and initiate the legal
proceeding against the contractor. All major repairs shall be carried out by
OEM/Authorised dealer only.

5.7 Schedule of Requirements (SOR)


Schedule of Requirements should be as below:

(A) Requirement of Manpower for the services

QUA
S.NO DESIGNATION DEPARTMENT SHIFT
NTITY

MANAGER CUM TECHNICAL


1 1 General Shift( 8 hrs/6days per week)
SUPERVISOR SERVICES

2 ELECTRICIAN ELECTRICAL 4 24X7, 1 Per Shift of 8 hrs

3 Helper(Electrician) ELECTRICAL 2 2Shifts ,each shift of 8 hrs/6days per week

4 FIRE TECHNICIAN FIRE 4 24X7, 1 Per Shift of 8 hrs

5 FIRE OFFICER FIRE 1 General Shift( 8 hrs/6days per week)

5 HVAC/DG Operator H.A.V.C/DG 2 2Shifts ,each shift of 8 hrs/6days per week

6 HVAC/DG Helper H.A.V.C/DG 2 2Shifts ,each shift of 8 hrs/6days per week

7 W.T.P/STP OPERATOR CIVIL 4 24X7, 1 Per Shift of 8 hrs

8 Plumber CIVIL 1 General Shift( 8 hrs/6days per week)

9 CCTV OPERATOR ELECTRICAL 1 General Shift( 8 hrs/6days per week)

ACCESS CONTROL
LAN &
10 /LAN NET 4 24X7, 1 Per Shift of 8 hrs
NETWORKING
WORKING/EPABX/Tel

AV (Audio Visual)
11 AV 1 General Shift( 8 hrs/6days per week)
Operator

12 IBMS BMS 4 24X7, 1 Per Shift of 8 hrs

59 | Page
13 Gardener CIVIL 1 General Shift( 8 hrs/6days per week)

14 Master Gardener CIVIL 1 General Shift( 8 hrs/6days per week)

Total 33 Each shift is of 8 hours daily

Note: Above is minimum manpower to be deployed for Facility Management Services and the cost of above
manpower deployment stands included in the cost quoted in Annexe 4.2.2 and annexe 4.2.3, section –IV.
However in case, if this strength needs to be increased / decreased, it shall be implemented by vendor
accordingly. The implementation cost on account of this increase/decrease shall be levied at the pre-
discovered prices as per Annexe 4.2.4, Section – IV

(B) Stores Consumables Material


1. The material and consumables will consist of consumables for cleaning, basic engineering tools,
cleaning equipment and the like. All consumables materials and other related items are to be
provided by the contractor and have to be of ISI marked or, where ISI marked
items/consumables are not available, the same should be in conformity with the
specification/makes keeping in view good quality/standard after discussion and approval of
Purchaser.
2. The contractor shall assess the quantity of consumables to be used and procure them in
advance and store them at complex on fortnightly/monthly basis.

(C) Machines / equipments (Daily)


List of tentative Machines Required
S.No. Item Description
1. High Pressure Water Jet Machine
2. Wringer Trolley
3. Telescopic Pole
4. Kentucky Mop
5. Service Trolley
6. Gadola
(D) List of tentative tools
List of tentative Tools Required
S.No. Item Description
1. Megger (500V)
2. Tong tester
3. Screw Spanner
4. Shim cutter
5. Digital Thermometer
6. Bosch drilling machine–½inch
7. Standard Tools like Spanner sets, Hammer, files, steel rule, screw driver, hacksaw
with frames, cutting pliers, testers, measuring tape, etc.
8. Air Blower
9. FRP Ladder 6’
10. Tools Box
11. Rechargeable Torch Light
12. First aid box

60 | Page
13. Safety belts
14. HT gloves
15. Safety shoe
16. HVAC tool kit
17. All major Masonry tools such as trowel, hammer, blocking chisel, power saw,
levels, nylon or Dacronline, steel square ,chalkline, mixing tools etc.
18. Multi meter
19. Brazing tool
20. Flaring tool
21. Pipe cutter/tube cutter
22. Tube press plier
23. All major types of carpentry tools such as measuring tapes, folding ruler, pocket
tapes,
different types of squares, cutting tools, fastening tools, drilling tools etc.
24. Any other items not prescribed
Note: For Table (C and D), the list is indicative and not exhaustive and it may change based on actual
requirement

5.8 Consignee Details


ADG (Administration), UIDAI Hebbal Data Centre, Hebbal, Bengaluru.

5.9 Timelines
1. Service Commencement Schedule
Bidder should commence the Facility Management services within 3 (three) weeks from the
date of signing of contract.

61 | Page
Contents
APPENDIX A – PROFORMA OF CONTRACT AGREEMENT
APPENDIX B – PROFORMA FOR PERFORMANCE BANK GUARANTEE
APPENDIX C – ADDRESS OF THE LOCATION WHERE SERVICES NEEDED TO BE RENDERED
APPENDIX D – PROFORMA FOR BANK GUARANTEE FOR BID SECURITY
APPENDIX E – PROFORMA FOR UNDERTAKING BY THE BIDDER

ANNEXURE 1 - DETAILED SCOPE OF WORK


1. Area of the Complex and buildings
2. Working Hours
3. General Scope of work for E & M works
4. HT & LT power supply and distribution
5. Diesel generating sets
6. Lifts
7. Water systems – raw water, drinking water, STP, flush water and sanitation, water tank cleaning
8. Fire detection and firefighting system - fire hydrants, smoke detectors, gas suppression system & fire extinguishers
9. HVAC systems
10. LV System (IBMS/PA/CCTV/Access control, Telephone, EPABX, AV (Audio Visual) System)
11. Contractor Network cables
12. Civil asset’s maintenance
13. Built in and moveable furniture
14. Maintenance and operation staff to be deployed
15. Supply of material and consumables:
16. Tentative list of Engineering tools / Masonry Tools / PPEs
17. Inclusion & Exclusion of the services in the rates quoted at Annexure 4.2.2 – 4.2.3:
18. Office space for Contractor
19. List of Equipment/Panel

ANNEXURE 2 - DETAILS OF EQUIPMENTS, MACHINERIES, FITTINGS, FIXTURES, FINISHES


1. INTRODUCTION
2. AREA OF THE COMPLEX AND BUILDINGS
3. BASIC FINISHES OF THE BUILDING
4. ELECTRICAL SYSTEM
5. FIRE FIGHTING SYSTEM
6. WATER TREATMENT PLANT
7. SEWAGE TREATMENT PLANT
8. HVAC SYSTEM
9. ACCESS CONTROL SYSTEM
10. CCTV SYSTEM
11. Audio Visual (AV) System
12. LIFTS
13. TOILETS
14. WATER TANKS

ANNEXURE – 3 DETAILS OF FURNITURE

ANNEXURE – 4 QUALIFICATION PRESCRIBED FOR RESOURCES TO BE DEPLOYED

62 | Page
Appendix A
PROFORMA FOR CONTRACT AGREEMENT

THIS AGREEMENT made this ___ day of ……. between Unique Identification Authority of India,
(hereinafter referred to as “the Purchaser”) which expression shall unless repugnant to the context or
meaning thereof mean and be deemed to include its authorized representatives and permitted assigns of
the FIRST PART and ….. Having its Office at ….. (hereinafter referred to as “the Vendor”) which
expression shall unless excluded by or repugnant to the context, includes their Heirs, Executors,
Administrators, Legal Representatives and permitted Assigns of the SECOND PART.

WHEREAS Purchaser is desirous of entering into a contract for providing Facility Management
services along with Incidental Services with the Vendor, for the Aadhaar Complex of Unique
Identification Authority of India in Hebbal, Bengaluru, Karnataka, India, and has accepted to pay to the
Vendor the contract amount for provisioning of manpower of Facility Management services at a total
cost not exceeding….. (Rupees ………) (hereinafter referred to as "the Contract Price").

AND WHEREAS the Vendor has agreed to provide Facility Management services as listed in Bid
Document No_______, as per the rate(s) given in the table below mentioned hereinafter.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement viz:

A. Bid Document No_______ regarding “Facility Management Services” in the Data Centre
Complex of Unique Identification Authority of India in Hebbal, Bengaluru, Karnataka, India,
including

(i) Instruction to Bidders Section II

(ii) General Conditions of Contract Section III

(iii) Table of Contents Section IV

(iv) Scope of Work Section V

(v) Location of Services to be provided Appendix C,

B. Clarifications issued by the Purchaser.

63 | Page
C. Technical and Commercial proposals submitted by the Vendor.
D. Order No.______ dated _______ placed on the Vendor.
E. Acceptance of the order vide No.________ dated _______ by the Vendor.

3. In consideration of the payments to be made by the Purchaser to the Vendor as hereinafter


mentioned, the Vendor hereby covenants with the Purchaser to provide the services and manpower
related to Facility Management and to remedy therein in conformity in all aspects with the
provisions of the aforesaid Bid under reference.

4. The Purchaser hereby covenants to pay the Vendor in consideration of the provision of providing
manpower for the Facility Management services as listed in Table below, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
Sl. Details of Scope of work Amount/Rs. per year (lump-sum
No. inclusive of all)

1. Carrying out the Facility Management


work as per the scope of
work/requirement and by deploying
appropriate manpower as mentioned in Rs. _______________
Section V.

Total (per year) Rs.________________

In word (Rupees __________________________________________

_______________________________________________________)

5. TOTAL CONTRACT VALUE: …............. (Rupees …………………………)


IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
their respective laws the day and year first above written.

Signed, sealed and delivered for & on Signed, sealed and delivered for and on
behalf of M/s behalf of Chief Executive Officer (CEO),
__________________________ Unique Identification Authority of India

Signature ------------------------------ Signature ------------------------------

Name ------------------------------ Name ------------------------------

Designation ____________________ Designation ____________________

64 | Page
Address ------------------------------ Address ------------------------------

Date ------------------------------ Date ------------------------------

Place : Hebbal Place Hebbal

In the presence of: In the presence of:

Signature ------------------------------ Signature ------------------------------

Name ------------------------------ Name ------------------------------

Designation ____________________ Designation ____________________

Date ------------------------------ Date ------------------------------

Place : _____________________ Place ____________________

65 | Page
Appendix B
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE BOND

Ref : _________________ Date _______________

Bank Guarantee No. ___________________________________________

To

The Deputy Director General (Tech Centre),


Unique Identification Authority of India (UIDAI),
Aadhaar Complex, NTI Lay out, Tata Nagar,
Kodigehalli, Bengaluru
Karnataka – 560092

Dear Sirs,

1. In consideration of the Unique Identification Authority of India, Government of India, on behalf of


the Chief Executing Officer, (hereinafter referred to as the ‘Owner’ which expression shall unless
repugnant to the context or meaning thereof include its successors, administrators and assigns)
having awarded to M/s…………………………………….. with its Registered/Head office at
……………………… (hereinafter referred to as the “Contractor” which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and
assigns), a Contract by issue of Notification of award No…………….. dated ……….. and the same
having been acknowledged by the Contractor, resulting in a Contract, bearing No…………..
dated…………valued at………for “Facility Management Services at Hebbal Data Centre
Complex, Bengaluru, Karnataka, India” and the Contractor having agreed to provide a Contract
Performance Guarantee for the faithful performance of the entire Contract not exceeding Rs.
……………….. (in words & figures).

2. We…………………………………………………………………………………………………(Na
me & Address of Bank Branch) having its Head office at
………………………………………………. (hereinafter referred to as the ‘Bank’, which
expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to pay the amounts due
and payable under this guarantee without any demur, reservation, context, recourse or protest and/or
without any reference to the Contractor merely on a demand from the Owner stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the Owner
by reason of breach by the said Contractor(s) of any of the terms or conditions contained in the said
Agreement or by reason of the Contractor(s)’ failure to perform the said Agreement. Any such

66 | Page
demand made on the Bank shall be conclusive and binding not withstanding any difference between
the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any
other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue
to be enforceable till the Owner discharges this guarantee.

3. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under
this guarantee, from time to time to extent the time for performance of the Contract by the
Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone
from time to time the exercise of any powers vested in them or of any right which they might have
against the Contractor, and to exercise the same at any time in any manner, and either to enforce or
to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and
the Contractor or any other course or remedy or security available to the Owner. The Bank shall not
be released of its obligations under these presents by any exercise by the Owner of its liberty with
reference to the matters aforesaid or any of them or by reason of any other act of omission or
commission on the part of the Owner or any other indulgences shown by the Owner or by any other
matter or thing whatsoever which under law would, but for this provision have the effect of relieving
the Bank.

4. The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the Contractor and not
withstanding any security or other guarantee the Owner may have in relation to the Contractor’s
liabilities.

5. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/Service Provider(s).

6. Notwithstanding anything contained hereinabove:


(1) Our liability under this guarantee is restricted to Rs. ……………. (in words & figures), as per
Clause 3.35 of Section III.
(2) This Bank Guarantee will be valid upto ………………….; and
(3) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only
upon service of a written claim or demand by you on or before …………..

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on
this…………….day of…………..20……….at…………

WITNESS

………………….………. ………………..………………….………
(Signature) (Signature)

………………………….. ………………....………………………..
(Name) (Name)

67 | Page
………………………….. ……………….…………………………..
(Official Address) (Designation with Bank Stamp)

Attorney as per
Power of Attorney No…………….
Dated………………………………

68 | Page
Appendix C
Address of the location where services needed to be rendered
S City Address Name of Contact Person
No.

Unique Identification Authority of


India (UIDAI),
Hebbal , ADG (Admin) / DD(Admin)
Bengaluru, Aadhaar Complex, NTI Lay out, Tata
Technology Centre
Karnataka, India Nagar, Kodigehalli,
1 080-23099212
Bengaluru, Karnataka – 560092
080-23099237

69 | Page
APPENDIX D
Proforma for bank guarantee for bid security

Ref……………….. Bank Guarantee No…………………......

Date………………………………………...

To

The Deputy Director General (Tech Centre),


Unique Identification Authority of India (UIDAI),
Aadhaar Complex, NTI Lay out, Tata Nagar,
Kodige halli, Bengaluru
Karnataka – 560092

Dear Sirs,

1. In accordance with Invitation to Bid for “Facility Management services” under your Specification
No………………………. M/s………………….. having its Registered/Head Office
at……………………… (hereinafter called the ‘Bidder’) wish to participate in the said Bid
or……………………….. and you, as a special favour have agreed to accept an irrevocable and
unconditional Bank Guarantee for an amount of………………… valid upto ……………… on behalf of
Bidder in lieu of the Bid deposit required to be made by the Bidder, as a condition precedent for
participation in the said Bid.

2. We, the …………………. Bank at ……………… (local address) having our Head office at
……………………….. guarantee and undertake to pay immediately on demand by Unique Identification
Authority of India, Government of India, the amount of
…………………………………………………….. (in words & figures) without any reservation, protest,
demur and recourse. Any such demand made by said ‘Owner’ shall be conclusive and binding on us
irrespective of any dispute or difference raised by the Bidder.

3. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Supplier(s)/Service Provider(s).

4. Notwithstanding anything contained hereinabove:

(1) Our liability under this guarantee is restricted to Rs. ……………. (in words & figures).
(2) This Bank Guarantee will be valid up to ………………….; and
(3) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only upon
service of a written claim or demand by you on or before …………..

70 | Page
In witness whereof the Bank, through its authorized officer, has set its hand and stamp on
this…………….day of…………..20……….at…………

WITNESS

………………….………. ………………..………………….………

(Signature) (Signature)

………………………….. ………………....………………………..

(Name) (Name)

………………………….. ……………….…………………………..

(Official Address) (Designation with Bank Stamp)

Attorney as per

Power of Attorney No…………….

Dated………………………………

71 | Page
APPENDIX-‘E’
PROFORMA FOR UNDERTAKING BY THE BIDDER

1. I/ We undertake that I/ we have carefully studied all the terms and conditions and understood the
parameters of the proposed work of the office of unique Identification Authority of India and shall
abide by them.

2. I/ We also undertake that I/ We have understood "Parameters and Technical Specifications for
conducting the Work" mentioned in Section IV and Section V of the Tender No. No
______________________ and shall conduct the work strictly as per these "Parameters and Technical
Specifications for conducting the work"

3. I/ We hereby certify that none of my relative(s) as defined in disclaimer clause of Annexure-I is/
are employed in UIDAI office.

4. I/ We further undertake that the information given in this tender are true and correct in all respect
and we hold the responsibility for the same.

Dated: (Signature of Bidder


At: with stamps of the firm)

72 | Page
Detailed Scope of Work ANNEXURE – ‘1’

1. Area of the Complex and buildings


The total plot area : 3.02 Acres

The floor wise area details are given below:

S. No. Description Area Unit

TECH CENTRE BUILDING ( G+5)


1.
Basement ( One level) 3895 Sq.mt.
1.1.
Ground Floor 2256 Sq.mt.
1.2.
First Floor 1985 Sq.mt.
1.3.
Second Floor 2246 Sq.mt.
1.4.
Third Floor 2302 Sq.mt.
1.5.
Fourth Floor 2246 Sq.mt.
1.6.
Fifth Floor 1731 Sq.mt.
1.7.
UTILITY BUILDING (G) 511 Sq.mt.
1.8.
Total 17172 Sq.mt.

2. Working Hours
The working hours of HDC Complex are from 9.30 AM to 6.00 PM with weekly off on Saturdays and
Sundays. The office may be open on Saturdays & Sundays with a few officials and Staff working. The
contractor is supposed to deploy the manpower as per shifts detailed under clause 15, Annexure 1.

3. General Scope of work for E & M works


1) The Contractor shall depute well experienced staff in the relevant field for operation maintenance
and scheduled maintenance of electrical services mentioned in Annexure 1 and section 5. The
minimum deployment of FMS staff shall be as per shifts detailed under clause 15, Annexure 1.
2) The contractor will be responsible for timely payment of wages, ESI & PF etc. to all the workers
engaged by the contractor. The contractor will submit the proof of ESI & EPF to Purchaser quarterly.
All labour law shall be strictly followed.
3) All the installations shall be kept neat and clean and in working order.
a. Contractor Carrying out comprehensive maintenance and operation, scheduled preventive
maintenance as per recommendation of OEM/BIS of All HT/LT equipment and machinery i.e.

73 | Page
Transformers, DG sets, Circuit breakers, Isolators, cables, ACBs, MCCBs, MCBs, electrical
substation, transformers Panel Bus Bar, HT Panel, LT Panel, AMF Panel, capacitor panel,
Distribution Panel, Electrical Control Panel room including maintenance of switch gears, panels
for AC, garden light and lift room, water pump and power factor panels, UPS, earthling system,
battery bank, Solar photo voltaic power system etc. shall be comprehensively maintained and
operated. In addition all these equipment shall undergo scheduled maintenance as
recommended by BIS/OEM. Contractor shall submit the scheduled maintenance plan within 1
week of acceptance of contract.
4) All other good maintenance practices shall be followed.
5) Watch and ward of the installations shall also be the responsibility of the Contractor.
6) All losses due to theft or pilferage etc. shall be borne by the Contractor.
7) The Contractor shall ensure that his staff follows all safety precautions. In case of any mis-happening
or injury FM shall be fully responsible for the same.
8) Electricity Bills & Waters Bills shall be paid by Purchaser (UIDAI).
9) The details of Labour/Technicians deployed on various activities by Contractor shall be submitted
daily to Purchaser for information & record by 1000Hrs.
10) All internal electrical points including lighting points, fans, switches should be in working order of
entire Non DC Building i.e. Basement to 5th floor by Contractor.
11) Temperature in AC area should be maintained at suitable temperature as decided by Purchaser.
12) CCTV System shall be maintained by Contractor.
13) The Contractor should submit Monthly Maintenance Performance Report (MMPR) to UIDAI along
with the Artefacts from IBMS System for all Integrated Systems and log sheets & fault registers
copies etc. for other Civil/Structural/Networking/AV/CCTV/EPABX and other allied systems/works
which are required to be operated and maintained by the agency.

4. HT & LT power supply and distribution


1) Carrying out Comprehensive maintenance and Operation, Scheduled preventive maintenance as per
recommendation of relevant BIS/Original equipment manufacturer.
in respect of All HT/LT equipment and machinery i.e. Transformers, DG
sets,Circuitbreakers,Isolators,cables,ACBs,MCCBs,MCBs,electrical substation, transformers Panel
Bus Bar, HT Panel, LT Panel, AMF Panel, capacitor panel, Distribution Panel, Electrical Control Panel
room including maintenance of switch gears, panels for AC, garden light and lift room, water pump
and power factor panels, UPS, earthling system, battery bank, Solar photovoltaic power system etc.,
in addition co-ordination & getting necessary assistance from statutory authorities in emergency
situations shall also be done by contractor.
2) Comprehensive maintenance and Operation, scheduled preventive maintenance as per the
recommendation of OEM/BIS, record keeping etc., of Distribution Boards For AC, light and power
and MCBs on all floors Maintenance of lighting, power points, switches, fans, water pumps, motors
etc.
3) Replacement of faulty lights and maintenance of other installations on continuous basis both indoor
and outdoor.
4) Checking the power factor and operating the capacitor bank at >0.95 PF to avoid any penalty.
5) Daily checking of the working of UPS, load sharing conditions, maintaining battery bank, reporting
faults.

74 | Page
6) Visual inspection of HT & LT panels every day, cleaning of panel, recording of various data including;
voltage, power, energy at different areas. Periodic checking of protection relays for correct
operation, tripping etc.
7) Visual checking of Vacuum circuit Breaker and transformers.
8) Visual inspection of main L.T. panel and capacitor panel, checking of breaker operation, replacement
of any blown control fuses/ indicating lamps, recording readings of voltmeter, ammeter, KWH
meter, etc. Cleaning of panel and periodic checking of relays for proper tripping.
9) Visual checking and regular cleaning of all distribution boards, checking of proper operation of
MCB’s, tightening of any loose contacts and wires, replacement of faulty MCB’s / ELCB’s etc.
10) Visual checking feeder pillars and cables, cleaning of feeder cables, checking and tightening of loose
connections, replacement of lamps in street lighting poles, garden lighting, façade lighting, Checking
of Cables & Cable Trays and Necessary Attention etc.
11) Physical checking and Attention of bus duct and bus risers for loose connections, cleaning of bus
ducts, checking of bus duct insulation by instruments, fire barriers, etc., tightening of nuts and bolts
for incoming and outgoing, checking of hot spots in bus ducts and cables.
12) Tightening of wiring wires, checking of conduits and wiring above false ceiling.
13) Watering of earth pits, checking of earth resistance by instruments, tightening of all nuts and bolts
and cleaning of all joints, Checking & Attention of Earthing System.
14) Ensuring continuity of power of 11KV system and switching ON and OFF the breaker in case of
tripping and power failure. Liaisons with local electrical authorities for continuation of power and
checking and preparation of bills distribution.
15) Ensuring Availability & Reliability of 415 V Power Supply to All Occupants as well as to the Common
Services including all E&M Systems. Attention of All Breakdowns & Restoration of Power Supply in
the minimum possible time.
16) Periodic Checking & Attention of HT & LT cables, Cable Trays, Raceways, earth test records etc.

5. Diesel generating sets


1) Carrying out Comprehensive maintenance and Operation, scheduled preventive maintenance as per
relevant BIS/OEM recommendation of the DG sets.
2) Major breakdowns, A,B, C & D checks on the diesel engine in coordination with OEM during
maintenance by them.
3) Daily & Weekly trials (no load).cleaning of filters.
4) Diesel Stock Monitoring and reporting requirement for fresh stock
5) Coordination with officer designated by UIDAI for diesel recoupment with prior approval of
authority.
6) Operation & Day to Day Maintenance of DG Sets (diesel shall be supplied by the UIDAI) including
Cleaning of generating sets, visual inspection of diesel leakage and checking lubricating oil and diesel
levels, test starting of generating sets ensuring the set voltage etc., logging the data, Periodic change
of oil filters etc., checking of Radiators, pumps, DG Auxiliary Panels, Day Oil Tanks, Underground Fuel
Tank, Fuel Transfer Pumps etc.
7) Checking & Attention of AMF panel, cleaning, and setting relays for correct sequence, cleaning of
relay contacts, testing of AMF panel.
8) Visuals checking & Attention of LT bus duct for loose joints, loose suspension etc and rectifying the
same, checking of insulation & temperature rise by instruments. Temperature measuring instrument
will be provided by Contractor.

75 | Page
9) Regular checking of battery voltage and adding distilled water if required and, if necessary,
tightening of terminals on the batteries and the engine, Day to Day Maintenance as per the
Manufacturer’s Recommendations
10) Checking & Attention of the exhaust fans for any noise, balancing works etc.
11) Monitoring the consumption of H.S.D and lube oil. Keep a check on the levels of the H.S.D storage
tank and individual day tanks daily and report for the same.
a. Making necessary arrangement (i/c transportation etc. complete) for filling up of of HSD for
operation of DG Sets.
b. Standard operating procedure will be prepared and followed as per norms for Disposal of
waste & scrap if any.
12) Periodic checking and maintenance of All Electrical equipment’s and Earthing system as per IS/
National/ International standards as applicable.
13) Day to Day Maintenance & Periodic checking of Online Uninterrupted Power Supply System (UPSs)
including Batteries/water.

6. Lifts
1) Comprehensive maintenance of the lifts and carry out scheduled preventive maintenance as per the
recommendation of relevant BIS through OEM.
2) Monitoring and day to day maintenance of lifts inside the building, monitoring the regular working
of lifts, reporting faults to OEM and coordinating during maintenance by them. Ensuring the rescue
of passenger in case of any emergency.
3) Record keeping of the maintenance details, getting license renewals from the authorities after
approval from Purchaser.
4) AMC contracts for the Lifts shall be entered into by the Bidder on behalf of the UIDAI with the prior
approval of the UIDAI in writing in whole or part during the contract’s tenure.

7. Water systems – raw water, drinking water, STP, flush water and sanitation,
water tank cleaning
1) Checking & satisfactory operation of water pumps in WTP, R.O. Plant, plant pumps & accessories,
water level in the main tanks, overhead tanks etc.. Comprehensively maintain and operate and
carry out periodic scheduled preventive maintenance as per relevant BIS/OEM’s instructions of all
kinds of Water Supply, Distribution, Drainage, STP, Sump & Dewatering pumps installed in the
building checking for water leakage’s in pipe lines and rectifying the same to ensure proper and
regular supply of water to the building.
2) Checking of all Services shafts/ rainwater shaft, drain shafts, toilet shafts, Other Shafts etc for
leakages or other defects and immediate rectification of the same.
3) Cleaning of all tanks at least once in 6 months and also whenever need arises. The cost of cleaning
of water tanks which shall be borne by the Contractor.
4) To ensure that all sumps are maintained clean at all times.
5) Comprehensive Maintenance of all fittings and fixtures all toilets in the complex as per details
attached and to ensure that in all the toilets fittings and fixtures are functional, there are no loose
connections, no leakages from toilets either inside or on the outside surfaces . Repair/Replace all
damaged / broken or lost fittings within 24 hrs and arrest any minor seepage or leakage in one day
and major leakage or seepage in 7 day
6) Ensure no foul smell in toilets. Cleaning of external drain periodically.

76 | Page
7) Ensuring adequate water supply to various pantries and toilets.
8) Day to Day Operation & Maintenance of Water Filtration Plant, Chemical Dosing System & R.O. Plant
9) Monitoring and ensuring satisfactory functioning of WTP & STP Plant
10) Coordinate with External Contractor and ensure water supply in underground tanks and arranging
water from water tanker agencies when there is shortage of raw water supply. Cost of water tankers
is to be borne by UIDAI.
11) Pumping of water from underground tanks to overhead tanks as per requirement and ensuring
continuous supply in the premises.
12) Carrying out major/minor repair needed in pipe line requiring modification, welding and re-routing
of pipe lines etc, inside HDC complex.
13) Maintenance, repair and removal of blockage if any in drains and manholes, the charges to which
shall be borne by the Contractor.
14) Regular draining out of water collected in the basement drains

8. Fire detection and fire fighting system - fire hydrants, smoke detectors, gas
suppression system& fire extinguishers
1) Comprehensively maintain and operate and carry out periodic scheduled preventive maintenance as
per relevant BIS/OEM’s instructions of Fire fighting system(Pumps motors, DG sets etc),fire Hydrant
System, hose pipe &nozzle, gas suppression system, fire extinguishers etc.
2) Comprehensive maintenance and Operation of Fire Pumps, Valves & other Accessories as per
recommendations of the OEM/ Relevant BIS Standards.
3) Preventive and minor break down maintenance of pipe lines and distribution valves.
4) Actual fire fighting in the event of fire, fire information & reporting to UIDAI and nearest fire station.
5) Periodic Checking and maintenance of Portable Fire Extinguishers including refilling as per periodical
schedules / as required and Record maintenance.
6) Testing of fire fighting system after every 15 days.
7) Fire/Smoke Detection/ Fire Alarm System - First line maintenance, responding to fire alarm,
checking the reason for alarm and taking corrective action and conducting periodical Fire Evacuation
Drills.
8) To carry out mock fire drill quarterly as laid down by fire bye laws.

9. HVAC systems
Comprehensively maintain and operate the HVAC system and carry out periodic scheduled preventive
maintenance as per relevant BIS/OEM’s instructions, International Standards as applicable of the entire
HVAC system by the contractor as per details below:

1) Monitoring of Chillers
i. Day to day operation of Chiller plants and logging the running parameters as per the guide
lines of manufacturer.
2) Comprehensively maintain and operate the HVAC system and carry out periodic scheduled
preventive maintenance as per relevant BIS/OEM’s instructions of HVAC:
i. Maintaining the temperature as per the designed parameters or as specified by Purchaser
ii. Operating of AHU’s as and when required
iii. Operation of Primary Chilled Water, Secondary Chilled Water& Condenser Water Pumps,
Piping, Valves and other Associated Equipments.
iv. Regular checking of AHU’s (Like checking of bearing, belt and greasing)

77 | Page
v. Regular checking of chilled water pumps. (Checking of Bearing, gland leaks and greasing)
vi. Regular checking of drive assembly of pumps.
vii. Regular electrical termination checks up of AHU’s and pump starters and motor.
viii. Periodic cleaning of AHU filters.
ix. Periodic cleaning of AHU cooling coils.
x. Periodic checking of AHU drain.
xi. Replacement of AHU bearing, shaft, belts as and when required.
xii. Checking of water level in the expansion tanks.
xiii. Attending to the A/C breakdown calls in the building.
xiv. Checking the noise level of A/C equipment.
xv. Operation & Maintenance of AHUs.
xvi. Operation & Maintenance of Primary Chilled Water, Secondary Chilled Water & Condenser
Water Pumps, VFD Panels, Piping, Valves and other Associated Equipments.
xvii. Operation and maintenance of the Ventilation fans.
xviii. Operation & Maintenance of Cooling Towers.
xix. Regular checking & Attention of Ducting, Insulation, Grills & Diffusers.
xx. Comprehensively maintain and operation of the HVAC system and carry out periodic
scheduled preventive maintenance as per relevant BIS/OEM’s instructions

10.LV System (IBMS/PA/CCTV/Access control, Telephone, EPABX, AV (Audio


Visual) System)
Comprehensive maintenance &scheduled preventive Maintenance as per the recommendation of BIS/OEM of
Intelligent Building Management System, PA, , CCTV System, Access Control System, Telephone & EPABX
System and AV (Audio Visual) System.

11.Contractor Network cables


Operation, Maintenance and repair of network cabling/ports/IP schema inside the building for providing LAN
connectivity.

12.Civil asset’s maintenance


1. Maintenance of building structure by checks of building defects through regular walkthrough and
identifying the defects.
2. All (except structural changes/modifications) civil repairs like leakage, replacement/repair of false
ceiling, flooring, cracks, replacing glass panels, plumbing and carpentry works and other repairs,
touching up painting etc.
3. Monitoring and reporting of major civil works those need to be done.
4. Maintenance of aluminium, wood and glass doors, partitions and windows and repair of handles,
locks, lockers, any carpentry work etc.
5. Maintenance of all signage’s in the building.
6. Major repairs and material purchases in coordination, approval of Purchaser.
7. Gardening & Horticulture : Daily Maintenance of lawns and surroundings, watering of plants, soil
maintenance by use of fertilizers etc., preventive measurements against plant diseases using
insecticides, pesticides and fungicides, cutting of hedges, cutting/shaping of plants, de-weeding,
maintenance of flower beds, removal of garbage etc. Sowing/planting of seasonal plants,
preparation of lawns and flower beds etc. all to be done by the agency’s own cost; Trimming,
Raking, Spiking and Top Dressing; Control of Weeds; Control of humps and hollows provided inside
lawns; Pesticides, soil spreading, compost and fertilizing;Watering; Maintenance of Plants, Lawns,
Flower Pots, indoor plants etc; Planting of Seasonal Flowers as per the Owner requirements;
Replacement of plants & to develop New Lawn in place of Existing Lawn if not maintained properly

78 | Page
by FM Agency (with no extra cost to Owner); Operation and Maintenance of Irrigation System
(Sprinkler and Drip irrigation System); Removal of fallen leaves dead plants, broken branches etc.
8. Pest Control in the HDC complex
9. Residual Spraying for control of Mosquitoes, spiders etc. in the Lift Lobbies, AHU Rooms, Electrical
Rooms, Basement, Toilets, Staircases, Common areas, All other Service Rooms, Sub-station, security
posts etc.
10. Larvicidal Spraying for control of Mosquito & Fly Larvae in Drains Manholes in basement, substation,
STP plant, in and around the building and Common areas etc.
11. Daily spraying for control of General pests in and around the building, Lift lobbies, around floor,
Main Entrance etc.
12. Rodent control for control of Rats, Mice etc. in entire building including basement, Cable Trenches,
Electrical Rooms, AHU Rooms, Substation, All the shafts Rooms Etc.
13. Disinfestations services in and around the building.
14. Honeycomb removal as and when required.
15. All other services not listed in the categories pertaining to the building regarding pest control shall
come under the purview of pest control. These activities shall be carried out as & when required but
at least once a month and a proper record maintained.

13.Built-in and moveable furniture


Comprehensively maintain all such furniture and carry out repair/replacement whenever need.

14.Maintenance & Operations staff to be deployed


QUA
NTIT
S.NO DESIGNATION DEPARTMENT Y SHIFT

MANAGER CUM TECHNICAL General Shift( 8 hrs/6days per week)


1 1
SUPERVISOR SERVICES

2 ELECTRICIAN ELECTRICAL 4 24X7, 1 Per Shift of 8 hrs

3 Helper(Electrician) ELECTRICAL 2 2Shifts ,each shift of 8 hrs/6days per week

4 FIRE TECHNICIAN FIRE 4 24X7, 1 Per Shift of 8 hrs

5 FIRE OFFICER FIRE 1 General Shift( 8 hrs/6days per week)

5 HVAC/DG Operator H.A.V.C/DG 2 2Shifts ,each shift of 8 hrs/6days per week

6 HVAC/DG Helper H.A.V.C/DG 2 2Shifts ,each shift of 8 hrs/6days per week

7 W.T.P/STP OPERATOR CIVIL 4 24X7, 1 Per Shift of 8 hrs

8 Plumber CIVIL 1 General Shift( 8 hrs/6days per week)

9 CCTV OPERATOR ELECTRICAL 1 General Shift( 8 hrs/6days per week)

ACCESS CONTROL LAN & 24X7, 1 Per Shift of 8 hrs


10 4
/LAN NET NETWORKING

79 | Page
WORKING/EPABX/Tel

AV (Audio Visual) General Shift( 8 hrs/6days per week)


11 AV 1
Operator

12 IBMS BMS 4 24X7, 1 Per Shift of 8 hrs

13 Gardener CIVIL 1 General Shift( 8 hrs/6days per week)

14 Master Gardener CIVIL 1 General Shift( 8 hrs/6days per week)

Total 33 Each shift is of 8 hours daily

Note (i) Above is minimum manpower to be deployed for Facility Management Services. In case, if this
strength needs to be increased / decreased, it shall be implemented by vendor accordingly. The
implementation cost on account of this increase/decrease shall be levied at the pre-discovered prices as per
Annexe 4.2.4, Section – IV.

(ii) Manager Cum Supervisor shall keep mobile to receive instructions.

15.Supply of material and consumables:


1. The material and consumables will consist of consumables for cleaning, basic engineering tools,
cleaning equipment (on rental basis, if any) and the like. All consumables materials and other related
items are to be provided by the contractor and have to be of ISI marked or, where ISI marked
items/consumables are not available, the same should be in conformity with the
specification/makes keeping in view good quality/standard after discussion and approval of
Purchaser.
2. The contractor shall assess the quantity of consumables to be used and procure them in advance
and store them at complex on fortnightly/monthly basis.

16.Tentative list of Engineering tools / Masonry Tools / PPEs


The tentative list of tools to be deployed is given below and cost towards this shall be deemed to be
included in the quoted monthly rate. This list is indicative and not exhaustive, contractor shall deploy all
kind of tools and machinery required for satisfactory execution of contract, even if the tools and
machinery is not listed in the below mentioned list.
S.No. Item Description

1. Description

2. Megger(500V)

3. Tong tester

4. Screw Spanner

5. Shim cutter

6. Digital Thermometer

7. Bosch drilling machine–½inch

80 | Page
8. Standard Tools like Spanner sets, Hammer, files, steel rule, screwdriver, hack saw with

frames, cutting pliers, testers, measuring tape, etc.

9. Air Blower

10. FRP Ladder6’

11. Tools Box

12. Rechargeable Torch Light

13. First aid box

14. Safety belts

15. Ht gloves

16. Safety shoe

17. HVAC toolkit

18. All major Masonry tools such as trowel, hammer, blocking chisel, power saw, levels, nylon or
Dacronline, steel square, chalk line, mixing tools etc.

19. Multimeter

20. Brazing tool

21. Flaring tool

22. Pipe cutter/tube cutter

23. Tube press plier

24. All major types of carpentry tools such as measuring tapes, folding ruler, pocket tapes, different
types of squares, cutting tools, fastening tools, drilling tools etc.

25. Any other items not prescribed

17.Inclusion & Exclusion of the services in the rates quoted at Annexure 4.2.2 –
4.2.3:
Inclusions

The bidder while quoting the rates under Annexure 4.2.2 and Annexure 4.2.3, shall consider below
mention services in addition to mentioned under section V and Annexure I of this RFP:
1. Replacement of bulbs/ tubes /chokes/starters/ Ballasts for high mast in entire internal & external
area.
2. Connectors/ contactors/ lugs/etc.
3. Belts / Bearings / Grease & gland-dori / cotton waste / Silica Gel / etc and all other similar minor
items complete.
4. Replacement of damaged toilet fixtures & fittings, broken glass etc.
5. PVC / GI couplings, Conductors, Bends, fuse and other similar minor items
6. Repair & Rewinding of AHU / Ventilation Fans / Pumps / Motors etc.

81 | Page
7. Computer stationary, CD’s floppies, audio cassettes as required for IBMS / LV Systems
8. Reception desk.
9. Submission of Daily Position Reports, Failure Investigation Reports, Operation & Maintenance
Reports as prescribed by Purchaser.
10. Maintenance Reports, Log Books etc for Operation & Maintenance of Various Systems &
Equipments.
11. Maintenance of History books of all equipments.
12. Specialized Tools / Tackles i.e. Chain Pulleys, Telescopic Ladder, portable Hoists (Tractel
Machine), Sludge Pumps, OTDR, Welding Generators etc. required for operation and
maintenance.
13. In case of shortage of water supply/no supply from Municipal Authority the contractor shall
arrange the water tankers & the amount shall be reimburse by the client.
14. All items of work relating to replacement/repair shall be done with the prior
concurrence/approval of UIDAI. The quality of material/item shall be same as originally provided
by Purchaser or of equivalent make
15. The Contractor (Successful Bidder) is expected to bear the cost of all consumables,
replacement/repair of materials, necessitated during comprehensive maintenance or
preventive maintenance, up to a maximum of Rs. 50,000/- per month subject to the condition
that cost of each item is less than Rs. 5000/- in each case. Where the cost of
replacement/repair is more than Rs. 5000/- in each case or where the monthly limit of Rs.
50,000/- is exhausted, the excess amount shall be reimbursed by the Purchaser subject to
production of invoice from OEM/ Authorised dealer only. However AMC charges irrespective of
cost shall be borne by contractor.
16. Wherever labour component is involved in the repair/replacement, only the cost/charges of
material inclusive of taxes shall be reimbursed subject to falling in the category that
replacement/repair cost of the material excluding tax is more than Rs. 5000/- in each case or
where the monthly limit of Rs. 50,000/- is exhausted. In cases of composite inseparable costs i.e.
having labour and material costs, labour component shall be considered as 40% of the total cost
excluding all taxes.
17. All material costs which are to be reimbursed to the contractor on account of preceding two
clauses shall attract 10% as contractor’s profit on the basic cost, excluding any taxes.
OEM’s/Authorised dealer’s invoice is mandatory for claiming reimbursement. Authenticity of
invoice and reasonability of claimed rates/value shall be exclusively of contractor. However at
any stage if it is observed that either invoice is fake or rates claimed for reimbursement are high
in that case UIDAI reserves the right to recover the whole /partial amount and proceed with
cancellation of contract without any notice and initiate the legal proceeding against the
contractor. All major repairs shall be carried out by OEM/Authorised dealer only.
Exclusions

1. Statutory Payment to Govt. Bodies


2. Annual Testing Fee / Rectification charges etc. if any

18.Office space for Contractor


1. An office area of appropriate size shall be provided to Contractor with free water & power.
2. Central store Room for keeping consumables / Tools etc shall be provided by Purchaser

19.List of Equipment

82 | Page
S NO UNIT QTY MAKE

1. Electrical System

1.1. Transformer (1000 KVA) NO 2 KIRLOSKAR

1.2. DG set 750kva NO 1 S&W

1.3. DG set 500kva NO 1 S&W

1.4. CAPACITOR PANEL(350KVAR) NO 2 TRICOLITE

1.5. RTCC Panel NO 2

1.6. Main L.T. Panel NO 1 TRICOLITE

1.7. Basement Panel NO 1 TRICOLITE

1.8. Floor Panels (Ground to Fifth) NDC Building NO 6 TRICOLITE

1.9. UPS out put panel NO 1 TRICOLITE

1.10. UPS input panel NO 1 TRICOLITE

1.11. VTPN UPS panel (Wall Mounted) NO 6 TRICOLITE

1.12. Lift Panel NO 1 TRICOLITE

1.13. Capacitor Panel (350 KVAR) NO 2 ADVANCE

1.14. External Lighting panel NO 1 TRICOLITE

1.15. 415V, 1600A Bus Duct (3p+N) GE

1.16. 8 way (4 + 24), Double door DB NO 17 HAGER

1.17. 12 way (4+36), Double door (Part-C) DB NO 25 HAGER

1.18. 4 Way (4+12),Double door DB NO 14 HAGER

2. Building Management System LS 1 Job

3. PA System LS 1 Job

4. EPABX System LS 1 Job

5. CCTV System LS 1 Job

6. Fire fighting System

6.1. Electrical driven pump (7.5 HP) NO 2 MATHER & PLATT

83 | Page
6.2. Diesel pump (7.5 HP) & DG Engine NO 1 MATHER & PLATT

6.3. Jockey pump (7.5 HP) NO 1 MATHER & PLATT

7. UPS System NO 1

8. Lifts

8.1. Passenger Lifts- 16 Pax (NDC) NO 5 Kone

8.2. Service Lift – 1000KG (NDC) NO 1 Kone

8.3. Passenger Lifts- 13 Pax (HDC) NO 2 Kone

8.4. Service Lift –1700KG (HDC) NO 1 Kone

9. HVAC System

9.1. Chiller – 155TR NO 3 YORK

9.2. VAV(1600 CFM) NO 1 JHONSON CONTROL

9.3. HOT WATER GENERATOR-280 KW NO 1 RAPIDCOOL

9.4. PRIMARY PUMPS-336 US GPM (4 KW) NO 4 ARMSTRONG

9.5. VAV(3100 CFM) NO 2 JHONSON CONTROL

9.6. SECONDARY PUMPS-336 US GPM (15HP) NO 4 ARMSTRONG

9.7. VFD PANEL NO 1 EMATION

9.8. CONDENSER PUMPS-560 GPM (20HP) NO 4 ARMSTRONG

9.9. VAV(4100 CFM) NO 1 JHONSON CONTROL

9.10. AXIAL FAN-14000 CFM NO 15 KRUGER

9.11. AXIAL FAN-42000 CFM NO 8 KRUGER

9.12. AXIAL FAN-4000 CFM NO 4 KRUGER

9.13. VAV(1300 CFM) NO 1 JHONSON CONTROL

9.14. VAV(1000 CFM) NO 1 JHONSON CONTROL

9.15. VAV(1600 CFM) NO 4 JHONSON CONTROL

9.16. VAV(1000 CFM) NO 5 JHONSON CONTROL

9.17. FCU-3 TR NO 1 EDGETECH

84 | Page
9.18. FCU-1.5 TR NO 1 EDGETECH

9.19. AHU-8000 CFM NO 2 EDGETECH

9.20. DX Unit-1.5 TR-CCTV & LV Room NO 2 CARRIER

9.21. AHU-4900 CFM NO 1 EDGETECH

9.22. FCU-3 TR NO 1 EDGETECH

9.23. FCU--1.5 TR NO 3 EDGETECH

9.24. VAV(550CFM) NO 11 JHONSON CONTROL

9.25. AHU-1 (4900 CFM) NO 1 EDGETECH

9.26. AHU-2 (8000 CFM) NO 1 EDGETECH

9.27. AHU-2 (10660 CFM) NO 1 EDGETECH

9.28. FCU-3 TR NO 3 EDGETECH

9.29. FCU--1.5 TR NO 4 EDGETECH

9.30. VAV (550 CFM) NO 11 JHONSON CONTROL

9.31. VAV (1000 CFM) NO 11 JHONSON CONTROL

9.32. VAV (3100 CFM) NO 3 JHONSON CONTROL

9.33. VAV (4100 CFM) NO 1 JHONSON CONTROL

9.34. VAV (1600 CFM) NO 1 JHONSON CONTROL

9.35. DX Unit-1.5 TR-Server & LV Room NO 2 CARRIER

9.36. DX Unit-3 TR-Server Room NO 1 CARRIER

9.37. AHU-2 (10660 CFM) NO 1 EDGETECH

9.38. AHU-2 (5500 CFM) NO 1 EDGETECH

9.39. AHU-1 (8000 CFM) NO 1 EDGETECH

9.40. FCU-3 TR NO 4 EDGETECH

9.41. FCU--1.5 TR NO 3 EDGETECH

9.42. VAV (1000 CFM) NO 17 JHONSON CONTROL

9.43. DX Unit-1.5 TR-LV Room NO 1 CARRIER

85 | Page
9.44. VAV (550 CFM) NO 1 JHONSON CONTROL

9.45. VAV (4100 CFM) NO 4 JHONSON CONTROL

9.46. VAV (1600 CFM) NO 2 JHONSON CONTROL

9.47. DX Unit-1.5 TR-LV Room NO 1 CARRIER

9.48. AHU-2 (10000 CFM) NO 1 EDGETECH

9.49. AHU-2 (8000 CFM) NO 1 EDGETECH

9.50. AHU -1 (4100 CFM) No 1 EDGETECH

9.51. FCU--3 TR NO 4 EDGETECH

9.52. VAV (4100 CFM) NO 1 JHONSON CONTROL

9.53. DX Unit-1.5 TR-LV Room NO 1 CARRIER

9.54. VAV (1600 CFM) NO 1 JHONSON CONTROL

9.55. AHU-2 (5500 CFM) NO 1 EDGETECH

9.56. FCU--1.5 TR NO 1 EDGETECH

9.57. FCU--3 TR NO 5 EDGETECH

9.58. FCU--1.5 TR NO 22 EDGETECH

9.59. DX Unit-1.5 TR-Maids Room NO 1 CARRIER

9.60. AHU -1 (4300 CFM) NO 1 EDGETECH

9.61. DIDW FANS-10000 CFM NO 3 EDGETECH

9.62. DIDW FANS-7000 CFM NO 2 EDGETECH

9.63. SISW FANS-2880 CFM NO 2 KRUGER

9.64. DX Unit-3 TR- UPS Room NO 1 CARRIER

9.65. DX Unit-2 TR- UPS Room NO 1 CARRIER

9.66. HEAT RECOVERY UNIT-8500 CFM NO 1 ZECO

9.67. HEAT RECOVERY UNIT-12000 CFM NO 1 ZECO

9.68. HEAT RECOVERY UNIT-2000 CFM NO 1 ZECO

9.69. COOLING TOWERS NO 2 BELL

86 | Page
9.70. HEAT RECOVERY PANEL NO 3 TRICOLITE

9.71. OUTDOOR VENTILATION PANEL NO 1 TRICOLITE

10. Solar water heating system (500 lpm) LS 1 PHOTON

11. Ro system (500 lph capacity) LS 1 FONTUS

Water Treatment Plant KL/Sqm 15


12.
/Hr

13. Sewage Treatment Plant

13.1. Soft Water Transfer Pump – 5HP NO 2 KIRLOSKAR

13.2. Flushing Water Transfer Pump -5HP NO 2 KIRLOSKAR

13.3. Garden Hydrant / Irrigation pump – 7.5HP NO 2 KIRLOSKAR

13.4. Filter press feed pump – 1HP NO 2 KIRLOSKAR

13.5. Sewage Transfer pumps- 1HP NO 2 KIRLOSKAR

13.6. Air Bower- 5HP NO 2 KIRLOSKAR

13.7. Sump Pump – 1HP NO 2 KIRLOSKAR

14. Solar PV System - 10 Kilo Watt NO 4 CEL

15. Audio Visual ( AV) Job 1

16. Access Control/IBMS Job 1

17. LAN networking/EPBAX Job 1

19 Furniture Built-in/moveable/venetian blinds Job 1

Note: List is indicative only. Bidders are requested to visit the site before quoting the
price.

87 | Page
DETAILS OF EQUIPMENTS, MACHINERIES, FITTINGS, FIXTURES, FINISHES ANNEXURE – ‘2’

1. INTRODUCTION
The details of various utilities listed at sl 19 of Annexure 1 are given in this section.

Note: List is indicative only. Bidders are requested to visit the site with prior appointment before
quoting the price.

2. AREA OF THE COMPLEX AND BUILDINGS


The total plot area : 3.02 Acres

The floor wise area details are given below:

S. No. Description Area Unit

TECH CENTRE BUILDING ( G+5)


2.
Basement ( One level) 3895 Sq.mt.
2.1.
Ground Floor 2256 Sq.mt.
2.2.
First Floor 1985 Sq.mt.
2.3.
Second Floor 2246 Sq.mt.
2.4.
Third Floor 2302 Sq.mt.
2.5.
Fourth Floor 2246 Sq.mt.
2.6.
Fifth Floor 1731 Sq.mt.
2.7.
UTILITY BUILDING (G) 511 Sq.mt.
2.8.
Total 17172 Sq.mt.

3. BASIC FINISHES OF THE BUILDING


The Building façade is consisting of structural glazing and granite dry cladding.

88 | Page
4. ELECTRICAL SYSTEM
ELECTRICAL SYSTEM

SL Description UNIT Qty MAKE LOCATION

1 Transformer (1000 KVA) NO 2 KIRLOSKAR EXTERNAL

2 DG set 750KVA NO 1 S&W EXTERNAL

3 DG set 500KVA NO 1 S&W EXTERNAL

4 BBT 4P 1600AMP NO 4 VIVID EXTERNAL

5 BBT 4P 1250AMP NO 2 VIVID EXTERNAL

6 BBT 4P 800AMP NO 2 VIVID EXTERNAL

7 Main L.T Panel NO 1 TRICOLITE EXTERNAL

8 CAPACITOR PANEL(350KVAR) NO 2 TRICOLITE EXTERNAL

9 External Lighting panel NO 1 TRICOLITE EXTERNAL

10 FIRE FIGHTING PANEL NO 1 TRICOLITE STP

11 STP PANEL NO 1 TRICOLITE STP

12 WTP PANEL NO 1 TRICOLITE STP

13 UPS(200KVA) NO 3 ADVANCE BASEMENT

14 UPS OUTPUT PANEL NO 1 SCHNEIDER BASEMENT

15 UPS INPUT PANEL NO 1 TRICOLITE BASEMENT

16 BASEMENT PANEL NO 1 TRICOLITE NDC

17 FLOOR PANELS (GROUND TO NO 6 TRICOLITE NDC GROUND TO


FIFTH)NDC BUILDING FIFTH

18 VTPN UPS PANEL (WALL Mounted) NO 6 TRICOLITE (BASEMENT TO 5TH )


NDC BUILDING

19 LIFT PANEL NO 1 TRICOLITE NDC TERRACE


ELECTRICAL ROOM

20 HEAT RECOVERY PANEL; NO 3 TRICOLITE NDC TERRACE

21 HVAC PANEL 1 TRICOLITE NDC

22 BASEMENT VENTILATION PANEL NO 1 TRICOLITE NDC

89 | Page
23 AHU PANEL NO 1 TRICOLITE NDC

24 PLUMBING PANEL NO 1 TRICOLITE NDC

25 TERRACE VINTILATION PANEL NO 1 TRICOLITE NDC

26 CAR PARKING SYSTEM NO 71 PARKON BASEMENT

27 LIGHTING ARRESTER NO 1 LPI NDEC

28 LIGHTING ARRESTER NO 1 LPI DC

29 LIFT PANEL 1A NO 1 TRICOLITE DC

30 CHILLER(140TR) NO 3 CARRIER NDC

B DB

1 8 way (4+24), Double door No 17 HAGER NDC

2 12 way (4+36), Double door NO 25 HAGER NDC


(Part-C)

3 4 way ( 4+12), Double door NO 14 HAGER NDC

C LUMINARIES

1 Aviation obstruction light Nos 2 Wipro NDC

2 Double T5 lamp of 28 watts. Nos 143 Wipro NDC


(Wipro cat No. WIF 20228SGW)

3 Bulkhead 9W Wipro cat No. Nos 76 Wipro NDC


WKP14109

4 WIF20128SGW Nos 59 Wipro NDC

5 Surface monted downlight 2 x Nos 89 Wipro NDC


18w. Wipro cat no. WVP41218

6 Recessed accent downlight LED Each 641 Wipro NDC


lamps. (Wipro cat No. LD35-400-
XXX50-XX)

7 Recessed light fixture 14w TL5 Each 391 Wipro NDC


Wipro cat No. WVF22414SGW

8 2 x 28 W Weather Proof Light Noc 73 Wipro NDC


(Wipro cat No. WIF83228)

9 70W HPSV Lamp. (Wipro cat No. Each 12 Wipro NDC

90 | Page
WWS62071).

10 Mirror light fixture Nos 84 Wipro NDC

5. FIRE FIGHTING SYSTEM

Sl Location Quantity (Nos.) & Make

FHC Hydrant Branch RRL Hose Fireman Sprinkler Nozzle Flow


Door Valve Pipe Hose Reel Axe Switch
Drum

NEWAGE NEWAGE NEWAGE NEWAGE NEWAGE TYCO HD SYSTEM


SENSOR

1 Basement 1 2 2 4 2 2 284 2 2

1 Ground Floor 2 3 3 4 2 2 209 2 2

1 First Floor 2 3 3 4 2 2 237 2 2

1 Second Floor 2 3 3 4 2 2 327 2 2

1 Third Floor 2 3 3 4 2 2 314 2 2

1 Fourth Floor 2 3 3 4 2 2 212 2 2

1 Service Floor 2 3 3 4 2 2 51 2 2

Sl Location Quantity (Nos.) & Make

Electrical Diesel
4-way Jockey
Hydrant Branch RRL Fireman FHC Driven Pump WTP STP
fire Pump
Valve Valve House Axe Cabinet pump (7.5 Pump pump
brigade (7.5 HP)
(7.5 HP) HP)M

KIRLOSK
AR/
MATHER MATHER MATHER KIRLOS JOHNSO
NEWAGE NEWAGE NEWAGE NEWAGE PADMINI NEWAGE
& PLATT & PLATT & PLATT KAR N
EVERES
T
External
1 area
12 38 12 19 3

2 UG tank 2 1 1 8 16
Total 12 38 12 19 3 2 1 1 8 16

91 | Page
6. WATER TREATMENT PLANT
The capacity of the water treatment plant is 15 KL/Sqm/Hr. The details of major equipment installed are
given below:
sl Pump description Nos x Capacity Make
1 Raw Water Filter Pump 2x3HP KIRLOSKAR
2 Make up Water Pump 2x2HP KIRLOSKAR
3 Treated Water Transfer Pump 2x5HP KIRLOSKAR
4 Sump PUMP 2x1HP KIRLOSKAR

7. SEWAGE TREATMENT PLANT


The capacity of the Sewage treatment plant is 61 KLD. The details of major equipment installed are given
below:
sl Pump description Nos x Make
Capacity
1 Soft Water Transfer Pump 2x5HP KIRLOSKAR
2 Flushing Water Transfer Pump 2x5HP KIRLOSKAR
3 Irrigation pump 2x7.5HP KIRLOSKAR
4 Filter press feed pump 2x1HP KIRLOSKAR
5 Sewage Transfer Pumps 2x1HP KIRLOSKAR
6 Air Blower 2x5HP KIRLOSKAR
7 Sump Pump 2x1HP KIRLOSKAR

8. HVAC SYSTEM
Sl Location Description Make Quanity
Ground floor
1 AHU-2(9500 CFM) EDGETECH 2
AHU-1(4900 CFM) EDGETECH 1
FCU-3 TR EDGETECH 1
FCU-1.5 TR EDGETECH 2
DX Unit -1.5 TR-CCTV & LV Room CARRIER 2
JHONSON
VAV (1300CFM) CONTROL 1
JHONSON
VAV(1000CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 4
First Floor
2 AHU-1(4900 CFM) EDGETECH 1
AHU-2(8000 CFM) EDGETECH 2
FCU-3 TR EDGETECH 1

92 | Page
FCU--1.5 TR EDGETECH 3
DX Unit -1.5 TR -Server Eroom & LV
Room CARRIER 2
DX Unit -3 TR -Server Room CARRIER 1
JHONSON
VAV(550CFM) CONTROL 11
JHONSON
VAV(1000CFM) CONTROL 5
JHONSON
VAVA(3100FM) CONTROL 2
JHONSON
VAV(4100CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 1
Second Floor
3 AHU-1(4900 CFM) EDGETECH 1
AHU-2(8000CFM) EDGETECH 1
AHU-2(10660 CFM) EDGETECH 1
FCU-3 TR EDGETECH 3
FCU--1.5 TR EDGETECH 4
DX UNIT -1.5 TR-LV ROOM CARRIER 1
JHONSON
VAV(550CFM) CONTROL 11
JHONSON
VAV(1000CF) CONTROL 11
JHONSON
VAV(3100CFM) CONTROL 3
JHONSON
VAV(4100CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 1
Third floor
4 AHU-2 (10660 CFM) EDGETECH 1
AHU-2 (5500CFM) EDGETECH 1
AHU-1 (8000 CFM) EDGETECH 1
FCU-3 TR EDGETECH 4
FCU--1.5 TR EDGETECH 3
DX UNIT-1.5 TR - LV ROOM CARRIER 1
JHONSON
VAV (1000CFM) CONTROL 17
JHONSON
VAV(550CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 2
JHONSON
VAV(4100CFM) CONTROL 4
Fourth Floor
5 AHU-2 (10000CFM) EDGETECH 1
AHU-2 (8000 CFM) EDGETECH 1
AHU-1(4300 CFM) EDGETECH 1
FCU-3(TR) EDGETECH 4
DX Unit-1.5 TR-LV Room CARRIER 1
JHONSON
VAV(4100CFM) CONTROL 1

93 | Page
JOHONSON
VAV(1600CFM) CONTROL 1
Fifth Floor
6 AHU-2(5500 CFM) EDGETECH 1
FCU-3 TR EDGETECH 2
FCU--1.5 TR EDGETECH 4
DX Unit-1.5 TR -Maids Room CARRIER
Terrace
7 AHU-1 (4300 CFM) EDGETECH 1
DIDW FANS-10000CFM EDGETECH 3
DIDW FANS-7000CFM EDGETECH 2
SISW FANS-2880 CFM KRUGER 2
HEAT RECOVERY UNIT-8500 CFM ZECO 1
HEAT RECOVERY UNIT-12000 CFM ZECO 1
HEAT RECOVERY UNIT-2000CFM ZECO 1
COOLING TOWERS BELL 3
RO SYSTEM(500 LPH CAPACITY) FONTUS 1
HEAT RECOVERY PANEL TRICOLITE 3
OUTDOOR VENTIALTION PANEL TRICOLITE 1
LIFT PANEL TRICOLITE 1
SOLAR WATER HEATING SYSTEM (500
LPM) PHOTON 2
Basement
8 CHILLER-155 TR YORK 3
PRIMARY PUMPS-336 USGPM ARMSTRONG 4
SECONDARY PUMPS-336US GPM ARMSTRONG 4
VFD PANEL EMATION 1
CONDENSOR PUMPS-560US GPM
(20HP) ARMSTRONG 4
AXIAL FAN -14000 CFM KRUGER 15
AXIAL FAN -42000 CFM KRUGER 8

9. ACCESS CONTROL SYSTEM


Following Equipments (Including accessories) installed at different floors of NDC building
Sl. Location Description (Make/Model)/ Quantity (Nos.)
No
. Access Smart Single Double Release Break Magnet Power
Intellig Card Leaf Leaf to Exit Glass ic Supply
ent Reader Lock Lock Switch Unit Contact 12V/24
Controll V
er

DDS/ HID/ BEL BEL Ctech/


JET iclass S1205
R10 W,
S2402
W

94 | Page
1 BASEMENT 1 1 1 1 1 3 1

2 GROUND FLOOR 1 4 3 2 3 5 6

3 FIRST FLOOR 2 8 5 1 4 6 9 2

4 SECOND FLOOR 1 4 3 1 4 4 7 1

5 THIRD FLOOR 3 10 11 9 9 13 3

6 FOURTH FLOOR 1 4 6 4 4 8 1

7 FIFTH FLOOR 1 2 1 1 3 1

8 ENTRY GATE 1

9 NON DC LT ROOM 1 1 1 1 1 1 2 2

10 TERRACE 2 2 2

8 SERVICE GAT

9 EXIT GATE

TOTAL 11 36 33 3 25 29 52 18

Sl. Location Description (Make/Model)/ Quantity (Nos.)


No.
Workstati Monitor Key Mouse Badge Web Cam Boom
on Board Printer Barrier

HP/ Compaq/ HP/ HP/ Fargo/ Logitech/ Magnetic


Prodesk G9F92AS KU1156 MODGU DTC1250 C270 Controls/
4000 O e AccessPr
series o

1 SECOND FLOOR 1 1 1 1 1 1

2 ENTRY GATE 2

3 SERVICE GAT 2

4 EXIT GATE 2

TOTAL 1 1 1 1 1 1 6

95 | Page
10.CCTV SYSTEM

Description ( Make/Model/quantities)
Fixed TYPE DOME DOME PTZ WEATHER Joystick
Camera Camera TYPE CAMERA PROOF Controller
CAMERA BOX
SL. Location
No IXPS1+13V IMSODN10- IMPS-1 SD4E36- HENSEL Pelco/
. D2.8- 1V PG- KBD5000
12+EH16- E1+IWM
MTS
1 BASEMENT 1 11 2 2
2 GROUND FLOOR 3 12 6 1 1 1
3 FIRST FLOOR 8 1
4 SECOND FLOOR 9 1
5 THIRD FLOOR 9 1
6 FOURTH FLOOR 12
7 SERVICE FLOOR 2
8 5TH FLOOR 9 1
9 TERRACE 2 2 1 2
10 EXTERNAL AREA 40 4 25
TOTAL 46 70 14 8 30 1

SL Location
.
32" color WORKS KEY MOU COLO VIDEO MAPPI TV S/W
N
Monitor TATION BOA SE R RECORDING NG REMO LICENCE
o.
COMPU RD MONI & S/W TE SE OF
TER TOR MANAGEME ALL
NT S/W CAMER
6USER A
PANASON DELL/OP DEL DELL DELL PELCO/END PELCO/ PANA PELCO/
IC TIPLEX3 L URA WS- ENDUR SONIC ENDUR
32A300DX 020 5+WS-1 A A
1 GROUND 12 6 6 6 6 1 1 12 1
FLOOR(CCT

96 | Page
V ROOM)

TOTAL 12 6 6 6 6 1 1 12 1

SL. Location Description(Make/Model/quantity)


No.
SYSTEM MANAGER NETWORK DEVICE OF 3RD SYSTEM
STORAGE(NAS) PARTY CAMERA MANAGER
PELCO PELCO/NSM-5200 PELCO/UDI500 PLECO/SM-
5200
1 1ST FLOOR 1 3 7 1
TOTAL 1 3 7 1

11.Audio Visual (AV) System

MEETING ROOM (1 No in First Floor, 2 Nos in Second Floor and 2 Nos in Third Floor)

Sl.No Item Description Qty. Make Model

1 Face Plate with inbuilt connectors at both 5 Kramer WXA-H


side of plate

2 50" Inches Display with wall mount 5 Panasonic TH50LFE7

3 High speed 10 m (35 ft) standard legth- 5 Kramer C-HM/HM-35


HDMI cable

4 High speed 1.8 m (6 ft) standard legth- 5 Kramer C-HM/HM-6


HDMI cable

5 1.8 m (6 ft) standard legth- VGA/A cable 5 Kramer VGA-A

6 Cable cubby 2 Kramer TBUS-1AXL+T1AF-26+TS-


2U+WCP+WCP-2

Conference Room (First Floor)

Sl.No Item Description Qty. Make Model

1 70 Inches Display Unit 2 Panasonic TH-70 LF 50W

2 program power-ceiling speaker 6 Apart CM6T

97 | Page
3 program power-wall mount speaker) 2 OV05T

4 Having 4 nos. HDMI input terminals, 2 nos. 1 Kramer VS42HN


OUTPUTS HDMI SWITHER

5 8 multi-channel amplifier 1 Crown CT8150

6 Boundary Layer Microphone 9 Shure 395b/c

7 DSP 1 BSS BLU101

8 Polycom VC unit 1 Polycom Group 500

9 Audio de-embedder 1 Kramer FC-46XL

10 Scaling Presenation Switcher (scaler-cum 1 Kramer VP-444


switcher) of having 2 VGA 15-pin input, 2
stereo 3.5mm jack audio input, 4HDMI
input, 2HDMI output, standard indicators
and control connectors

11 Apple I-Pad with docking station 1 Apple Air-2

12 Control processor 1 Crestron CP3

13 High speed 1.8 m (6 ft) standard length 1 Kramer C-HM/HM-6


(HDMI Cable)

14 Standard Speed 10.6 m (35 ft) standard 7 Kramer C-HM/HM-35


length (HDMI CABLE)

15 IR PROBE 4

Training Room (Third Floor)

Sl.No Item Description Qty. Make Model

1 5000 ANSI Lumens 2 Panasonic PT-VW530

2 screen size 109" 2 Da-lite Cosmopolitan

3 Power amplifier-dual channel 2 Crown XLS 1000

4 program power-ceiling Speaker 12 Apart CM6T

5 VGA & stereo audio to HDMI scaler 1 Kramer VP-425

6 Button Panel controller 1 Crestron MPC-M10-B-T

7 Having 4 nos. HDMI input terminals, 2nos. 1 Kramer VS42HN

98 | Page
or more output terminals

8 DSP 1 BSS BLU101

9 HDMI transmitter 1 Kramer TP-580T

10 HDMI Receiver 1 Kramer TP-580R

11 Audio de-embedder 3 Kramer FC-46XL

12 Face Plate 2 Kramer WXA-H

13 Standard Speed 15.2 m (50 ft) standard 2 Kramer C-HM/HM-50


length (HDMI Cable)

14 Standard Speed 1.8 m (6 ft) standard length 9 Kramer C-HM/HM-6


HDMI patch cord

15 1.8 m (6 ft) standard length m(VGA/A patch 3 Kramer VGA-A


cord)

16 12 U Rack 1 Val rack 12 U

17 IR PROBE 2

18 Livelier and Hand held microphone set 1 Shure BLX 88+BLX2+BLX1+WL93

Board Room (Second Floor)

Sl.No Item Description Qty. Make Model

1 6000 Lumen Projector 1 Panasonic PT-EW730

2 Projector Lift 1 Remaco PLT-412

3 screen size 123" Diagonal 1 Da-lite Cosmopolitan

4 program power of 60W (ceiling speaker) 8 Apart CM6T

5 program power of 50-80W (wall mount 2 Apart OVO5T


speaker)

6 8 multi-channel amplifier 1 Crown CT8150

7 Boundary Layer Microphone 13 Shure 395b/c

8 dual channel power amplifier 1 Crown XLS 1000

9 Cable cubby 5 Kramer TBUS-1AXL+T1AF-26+TS-


2U+WCP+WCP-2

99 | Page
10 70 Inches display 2 Panasonic TH70LF50W

11 DSP 2 BSS BLU101

12 Polycom VC unit 1 Polycom Group 500

13 HDMI switcher 1 Kramer VS88HN

14 VGA SWITCHER 1 Kramer VP-61XL

15 HDMI transmitter 4 Kramer TP-580T

16 HDMI Receiver 4 Kramer TP-580R

17 HDMI audio de-embedder 1 Kramer FC-46XL

18 scaler 1 Kramer VP-425

19 Apple I-Pad with docking station 1 Apple Air-2

20 Control processor 1 Crestron CP3

21 Wireless presentation device 1 Barco Click share CSM-1

22 1.8 m (6 ft) standard length (VGA cable) 1 Kramer VGA-A

23 1.8 m (6 ft) standard length (HDMI CABLE) 13 Kramer C-HM/HM-6

24 High speed 7.6 m (25 ft) standard length 3 Kramer C-HM/HM-25


(HDMI CABLE)

25 Standard Speed 15.2 m (50 ft) standard 2 Kramer C-HM/HM-50


length (HDMI CABLE)

26 IR PROBE 5

NDC Building AUDIO VIDEO System accessories like remotes, HDMI & VGA
patch Cables are handed over to UIDAI as mentioned below:

No. Item Description Qty Remarks

1 Panasonic TV Remotes 7

2 Frame Switch Remote 4

3 Projector Remote 1

100 | Page
4 Screen Remote 2

5 HDMI Patch Cable 1.8 Mt 11

6 VGA-A Patch Cable 1.8 Mt 9

7 USB Patch Cable 1

12.LIFTS

SL Description Location Capacity Qty Make

1 Passenger Lifts NDC 16 pax 5 KONE

2 Service Lift NDC 1000 kg 1 KONE

3 Passenger Lifts NDC 13 pax 2 KONE

4 Service Lift NDC 1700kg 1 KONE

13.TOILETS
Details of toilets are given below:

Sl. Location Quantity (Nos.) / Make & model No.


N
o. Wash Angle Soap Urinal Urinal Water Cister Health Two Pape Han Grab Mir
basin valve Dispe Senso Closet n Fauce way r d bars ror
nser r t bib Hold Drie
cock er r

Hindwa Jaquar Jaqu Hindw Jaquar Hindw Jaquar Jaquar Jaquar Jaqu Eur Jaqu Sai
re ar are are ar onic ar nt
s Go
bai
ZEN VGP8 ACN1 60012 SNR51 92028 CIBW ALD - FLR50 ACN EH0 1507 n
10049 1053 137N 087 /9204 HT318 573 47N 1153 6S
01011

101 | Page
3 X N

1 Ground
floor

Toilet T1

Male
3 5 3 5 5 2 2 2 1 2 1 3

Female
3 5 3 2 2 2 2 1 4

Toilet T2

Male
3 5 3 3 3 2 2 2 2 1 4

Female
2 4 2 2 2 2 2 1 4

Specially
abled
1 2 1 1 1 1 1 1

Driver's
toilet
2 4 2 2 2 2 2 2 2 1 2

2 First floor

Toilet T1

Male
3 5 3 5 5 2 2 2 1 2 1 3

Female
3 5 3 2 2 2 2 1 4

Toilet T2

Male
3 5 3 3 3 2 2 2 2 1 4

Female
2 4 2 2 2 2 2 1 4

Specially
abled
1 2 1 1 1 1 1 1

102 | Page
3 Second
floor

Toilet T1

Male
3 5 3 5 5 2 2 2 1 2 1 3

Female
3 5 3 2 2 2 2 1 4

Toilet T2

Male
3 5 3 3 3 2 2 2 2 1 4

Female
2 4 2 2 2 2 2 1 4

Specially
abled
1 2 1 1 1 1 1 1

4 Third
floor

Toilet T1

Male
3 5 3 5 5 2 2 2 1 2 1 3

Female
3 5 3 2 2 2 2 1 4

Toilet T2

Male
3 5 3 3 3 2 2 2 2 1 4

Female
2 4 2 2 2 2 2 1 4

Specially
abled
1 2 1 1 1 1 1 1

5 Fourth

103 | Page
floor

Toilet T1

Male
3 5 3 5 5 2 2 2 1 2 1 3

Female
3 5 3 2 2 2 2 1 4

Toilet T2

Male
3 5 3 3 3 2 2 2 2 1 4

Female
2 4 2 2 2 2 2 1 4

Specially
abled
1 2 1 1 1 1 1 1

Total
62 109 57 42 42 47 47 47 5 47 21 5 82

Sl. Description Make Model No. Quantity (Nos.) of V Floor


No.
Suite room Guest Locker Locker Total
rooms room room
(Male) (Female)

1 Wash basin Hindware ZEN 10049 4 27


19 2 2

2 Basin Mixer Jaquar SNR51027 4 27


19 2 2

3 Angle valve Jaquar VGP81053 4 27


19 2 2

4 Soap Jaquar ACN1137N 4 27


Dispenser 19 2 2

5 Urinal Hindware 60012 - - - 6


6

6 Urinal Jaquar SNR51087 - - - 6

104 | Page
Sensor 6

7 Water Closet Hindware 92028 4 27


(EWC) 19 2 2

8 Cistern Jaquar CIBWHT31801011X 4 27


19 2 2

9 Health Jaquar ALD - 573 4 27


Faucet 19 2 2

10 Two way bib Jaquar FLR5047N - - - -


cock -

11 Paper Holder Jaquar ACN 1153N 4 27


19 2 2

12 Hand Drier CERA EH06S - - 2


1 1

13 Shower
assembly

Divertor Jaquar FLR 5065K & 2 25


ALD065 19 2 2

Spout Jaquar SPJ5429 2 25


19 2 2

Shower rose Jaquar OHS1999 2 25


19 2 2

Shower arm Jaquar SHA479L450 2 25


19 2 2

14 Looking Saint Gobain 4 29


Mirror 19 3 3

Quantity (Nos.) / Make & model No.

Kitchen sink Sink Mixer

Sl. Location of Jaguar Jaguar


No. PANTRY
ALD-769B FLR 5039N

1 Ground floor 1 1

105 | Page
2 First floor 1 1

3 Second floor 2 2

4 Third floor 1 1

5 Fourth floor 1 1

Kitchen 1 1

Total 7 7

Sl. Location SANITARY FIXTURES IN THE DATA CENTRE BUILDING : Quantity (Nos.) / Make & model No.
No.
Wash Angle Soap Urinal Urinal Water Cister Health Two Paper Hand Grab Mirror
basin valve Dispens Sensor Closet n Faucet way Holder Drier bars
er bib
cock

Hind Jaquar Jaquar Hind Jaquar Hind Jaquar Jaquar Jaquar Jaquar Euro Jaquar Saint
ware ware ware nics Gobain

ZEN VGP81 ACN113 60012 SNR51 92028 CIBW ALD - FLR504 ACN EH06 1507
10049 053 7N 087 /9204 HT318 573 7N 1153N S
/ 3 01011
10036 X

Ground
1
floor

Male
1 1 1 1 1 1 1 1 1 1 1 1

Female
1 1 1 1 1 1 1 1 1 1

2 First floor

Male
2 3 2 2 2 2 2 2 2 2 1 3

Female
2 2 1 2 2 2 2 2 1 2

Specially
abled 1 1 1 1 1 1 1 1 1 1

3 Second

106 | Page
floor

Male
1 1 1 1 1 1 1 1 1 1 1 1

Female
1 1 1 1 1 1 1 1 1 1

4 Third floor

Male
2 2 2 2 2 2 2 2 2 2 1 3

Female
2 2 1 2 2 2 2 2 1 2

Specially
abled 1 1 1 1 1 1 1 1 1 1

Total
14 15 10 6 6 14 14 14 14 14 10 2 16

14.WATER TANKS
S.No. Description Capacity Quantity ( Nos)

Underground Storage Tank 160 KL 1


1.
Underground Fire Water Tank 50 KL 2
2.
Underground Raw Water Tank 65 KL 1
3.
Underground Treated Water Tank 35 KL 1
4.
Overhead Fire water tank 10 KL 3
5.
Overhead Domestic Water tank 10 KL 2
6.
Overhead Flushing Water Tank 10 KL 1
7.
Overhead Soft water tank 10 KL 1
8.
Overhead Soft water tank 5 KL 1
9.
Overhead R.O. Water tank 2 KL 1
10.

Intelligent Building Management System

PA System

107 | Page
EPABX System

LAN networking/EPBAX

RO Plant & STP Plant

Solar Heater plant(500lpm)

Solar Lighting system

Note: List is indicative only. Bidders are requested to visit the site before
quoting the price.

108 | Page
DETAILS OF FURNITURE’S ANNEXURE - ‘3’
Ground Floor

No. Description of Furniture QTY Remarks

1 Linear Work station 12

2 ADG Cabin 3

3 Elate MB chair 1

4 Elate visitor chair 2

5 Smart HB chairs 2

6 Smart visitor chairs 4

7 Smart MB chairs 12

8 Sofa 1 seater 12

9 Sofa 3 seater 1

10 Side Table 2

11 Center Table 3

12 Storage 750x425x1200ht 16

13 Guard room table 6

14 Pantry furniture 1

First Floor

No. Description of Furniture QTY Remarks

1 Linear Work station 36

2 Team Work Station L-shape 40

3 Half Cabin Type 1 22

4 ADG Cabin 4

Page 1 of 117

Confidential
5 DDG Cabin 1

6 Meeting Room Table 1

7 Repro graphic 1

8 Elate MB chair 4

9 Elate visitor chair 8

10 Smart HB chairs 24

11 Smart MB chairs 139

12 Smart visitor chairs 48

13 Sofa 3 seater 6 nos

14 Side Table 12

15 Center Table 2

16 Storage 750x425x1200ht 84

Second Floor

No. Description of Furniture QTY Remarks

1 Linear Work station 83

2 Team Work Station L-shape 49

3 Half Cabin Type 1 41

4 Discussion table 3

5 Meeting Room Table 3

6 ADG Cabin set 7

7 DDG & DDG CHAIRMAN set 2

8 Repro graphic 1

9 Executive Dining table 3

10 Executive Dining chairs 24

11 Define HB chairs 4

2
12 Define MB chairs 38

13 Elate HB chiar 7

14 Elate visitor chair 14

15 Smart HB chairs 41

16 Storages 900x1200 5

17 Smart MB chairs 27

18 Smart VS chairs 18

Third Floor

No. Description of Furniture QTY Remarks

1 Linear Work station 37

2 Team Work Station L-shape 38

3 Half Cabin Type 1 22

4 ADG Cabin 7

5 Meeting Room Table 3

6 Repro graphic 1

7 Elate MB chair 7

8 Elate visitor chair 14

9 Smart HB chairs 22

10 Smart MB chairs 101

11 Smart visitor chairs 44

12 Sofa 3 seater 9

13 Sofa 1 seater 4

14 Side Table 18

15 Center Table 1

16 Storage 750x425x1200ht 91

3
17 Storage 900x425x1200ht 12

18 Storage 1200x425x1200ht 4

19 Training Table 26

20 Annex chair 50

21 Sliding folding partition 1

Fourth Floor

No. Description of Furniture QTY Remarks

1 Cafeteria Table 1200x800 18

2 Cafeteria Table 1800x800 10

3 PEPPER bottles Red colour 66

4 PEPPER bottles yellow colour 66

Fifth Floor

No. Description of Furniture QTY Remarks

1 Cafeteria Table 1200x800 2

2 Paper chair yellow colour 4

3 Paper chair yellow colour 4

4 Personal Locker 4 Door 14

5 Personal Locker 2 Door 31

6 Changing Bench 6

7 Single Bed 17

8 Mattress & Pillow 17

9 Steel Almirah 17

4
Other furniture

No. Description of Furniture GF 1F 2F Qty 3F Qty 4F Qty


Qty Qty

1 CREDENZA 0 0 4

2 RECEPTION TABLE 1 1 1 1 1

3 BLACKOUT BLINDS 3 3 9 23

4 PERFORATED BLINDS 0 45 46 67

5 PANTRY ROOMS CABINETS 1 1 2 1

6 COMPACTOR Single Last Drive Cover 4


Unit 3 Bay Type

7 COMPACTOR Single Static Drive 4


Cover Unit 3 Bay Type

8 COMPACTOR Twin Mobile Drive 33


Unit 3 Bay Type

5
Qualification prescribed for resources to be deployed
Annexure 4

DEPARTMENT

S.NO DESIGNATION

1 MANAGER CUM SUPERVISOR TECHNICAL SERVICES

Qualification

B. Tech/ BE in Electrical/Mechanical/Electronics engineering from premier institute

Experience-

More than 10 years of experience with at least 4 years of experience in the following

Areas :-

a. Hand-On Experience in O&M of large physical infrastructure components of a large

Data Centre complex

b. Experience in operation and Maintenance of civil, electrical, HVAC, LAN, Safety


,CCTV,CAS,AV and Security system components for a large scale Data Centre complex

c. Experience in Operation and Maintenance of integrated Building Management System

2 ELECTRICIAN ELECTRICAL

QUALIFICATION:

ITI / Diploma in Electrical

More than 3 years of experience in the following areas (2 yrs in case of Helper)

a. Hand-On Experience in O&M of large physical infrastructure components of Electrical System

b. Experience in operation and Maintenance of Diesel Generators, Transformer, Electrical


Distribution, Electrical Panel, HT System, LT System, Etc

3 FIRE OFFICER FIRE

QUALIFICATION:

ITI / Diploma in Fire safety and knowledge on NFPA codes

6
More than 3 years of experience in O&M of Fire detection and firefighting and security system of
large scale infrastructure ( 2yrs in case of Technician)

a. Hand-On Experience in O&M of large physical infrastructure components like Fire Hydrant
etc…

b. Experience in conducting fire evacuation drill and providing the training

c. Experience in operation and Maintenance of Diesel Generators, Transformer, Electrical


Distribution, Electrical Panel, HT System, LT System, Etc

4 HVAC/DG Operator HVAC/DG

QULIFICATION:

ITI / Diploma in Mechanical/Air-Conditioning

More than 3 years of experience in the following areas (2 Yrs in case of Helper)

a. Hand-On Experience in O&M of large physical infrastructure components of HVAC/DG

System

b. Experience in operation and Maintenance of Chiller, CRAC and Comfort Air conditioning and
DG components

7 W.T.P/STP OPERATOR CIVIL

QUALIFICATION:

Diploma/ITI in Civil

Experience-

More than 5 years of experience in O&M of WTP/STP plants

8 Plumber CIVIL

QUALIFICATION:

ITI in plumbing

Experience-

More than 2 years of experience as plumber in any industry

ELECTRICAL
9 CCTV OPERATOR

7
QUALIFICATION:

Diploma in Electronics/E & TC/ Instrumentation

Experience-

More than 3 years of experience in the O&M of CCTV system

ACCESS CONTROL
10 LAN & NETWORKING
/LANNETWORKING/EPABX/Tel

QUALIFICATION:

Diploma in Electronics/E & TC/ Instrumentation

Experience-

More than 3 years of experience in the following areas

a. Hands-On experience in Access Control/LAN Networking /EPABX /Tel

Roles & Responsibility-

− Responsible for Operation and maintenance of Access Control/LAN Networking /EPABX /Tel

11 AV (Audio Visual) Operator AV

QUALIFICATION:

Diploma in Electronics/E & TC/ Instrumentation

Experience-

More than 3 years of experience in the following areas

a. Audio visual system

Roles & Responsibility-

− Responsible for Operation and maintenance of audio visual system

12 IBMS BMS

QUALIFICATION:

Diploma in Electronics/E & TC/Instrumentation

Experience-

More than 3 years of experience in the following areas

8
a. Hands-On experience in Integrated

Building management system

Roles & Responsibility-

− Responsible for IBMS Operation and maintenance

13 Master Gardener/Gardener CIVIL

QUALIFICATION:

Class X

Experience-

More than 3 years of experience in the following areas (2 Yrs in case of Gardener and 8th Pass)

a. Hands-On experience in managing the land scape structure

b. Ability to use wide range of horticulture machinery and power hand tools

c. Knowledge of Gardening methods and technics

d. Knowledge of usage of pesticides

You might also like